Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 21, 2003 FBO #0754
SOURCES SOUGHT

R -- OCCUPATION SAFETY, INDUSTRIAL HYGIENE AND MEDICAL SERVICES

Notice Date
12/19/2003
 
Notice Type
Sources Sought
 
Contracting Office
NASA/Ames Research Center, JA:M/S 241-1, Moffett Field, CA 94035-1000
 
ZIP Code
94035-1000
 
Solicitation Number
RFP2-38287-SJC
 
Response Due
1/14/2004
 
Archive Date
12/19/2004
 
Point of Contact
Sharon J. Carlino, Contract Specialist, Phone (650) 604-4636, Fax (650) 604-3020, Email scarlino@mail.arc.nasa.gov - Dolores M. Morrison, Contracting Officer, Phone (650) 604-3012, Fax (650) 604-3020, Email Dolores.M.Morrison@nasa.gov
 
E-Mail Address
Email your questions to Sharon J. Carlino
(scarlino@mail.arc.nasa.gov)
 
Description
THIS IS NOT A SOLICITATION ANNOUNCEMENT. THIS IS A SOURCES SOUGHT SYNOPSIS, WITH THE PURPOSE OF GAINING KNOWLEDGE OF POTENTIAL QUALIFIED SOURCES RELATIVE TO NORTH AMERICAN INDUSTRIAL CLASSIFICATION SYSTEM (NAICS) CODE 561210, SIZE STANDARD: $30M. RESPONSES TO THIS SOURCES SOUGHT SYNOPSIS WILL BE USED BY THE GOVERNMENT TO MAKE APPROPRIATE ACQUISITION DECISIONS. REQUIREMENT NASA-Ames Research Center (ARC)has a requirement to procure support services for the following functional areas: . Industrial Hygiene ? Health Physics . Occupational Safety ? Construction Safety Engineering ? Fire Protection Engineering ? Voluntary Protection Program ? Injury/Illness Data Analysis ? Emergency Response Program ? Training (Safety, Health, Medical, Emergency Response) ? Computer Support/Management Services . Health Unit Operations ? Fitness Center Operations ? Employee Assistance Program The contractor will be required to provide services in all of the disciplines listed above. A complete description of the aforementioned functional areas is available in the draft Statement of Requirements (SOR), under the NASA-Ames Research Center web Site. BACKGROUND From 1993 through 1999, the stated requirement, which had also included Environmental Services, was divided between two separate contracts: 1) Medical Services was awarded under a CPFF/LOE type contract; and, 2) Occupational Safety, Industrial Hygiene and Environmental, was awarded CPAF. The decision to award the follow-on requirement to one contractor was believed to be a more cost effective approach to managing the programs. As a result, the procurement was competed, and a CPAF contract was awarded March 2, 2000 to PAI, Inc., a small, woman-owned, disadvantaged business. The period of performance included a three-year base period and one two-year option. The estimated cost is $38Mil. Completion is scheduled for March 2005. Due to internal restructuring, transition of resources and budget constraints, ARC believes that dividing the requirements once again under two separate contracts for the next follow-on effort, is the best approach to managing the resources in today's economy, while opening the procurement to a broader range of competitive sources. Environmental Services will be posted under a separate sources sought announcement. ARC contemplates awarding a performance-based Cost-Plus-Award-Fee Contract for five (5) years; a two-year basic period, a two-year option period, following by a one-year option period. Requirements will be requested on Contract Task Orders (CTOs) issued under the basic contract. Offerors having the specialized qualifications and capabilities outlined in the SOR, should submit a capability statement in 5 pages or less, to Sharon Carlino, Contract Specialist, Mail Stop 241-1, Moffett Field, CA 94035-1000 no later than 6:00PM EST, January 14, 2004. Reference RFP2-38287 on all correspondence. Qualifications will be evaluated solely for the purpose of determining whether or not to conduct this procurement under Full and Open Competition Procedures. Responses should contain the following information: 1) Company name, address, point of contact, phone, fax, e-mail, and website (if applicable) 2) Size of business, i.e. large, small, small disadvantaged, HUB Zone, 8(a), or woman-owned for NAICs code 561210, size standard $30M; number of years in business; affiliate information: parent company, joint venture partners, potential teaming partners, prime contractor (if potential sub) or subcontractors (if potential prime); 3) Company capabilities in all functional areas as they relate to the attached SOR. In responding to this element, please create a table, as described below: a) List the following functions: Industrial Hygiene, Health Physics, Occupational Safety, Construction Safety Engineering, Fire Protection Engineering, Voluntary Protection Program, Injury/Illness Data Analysis, Emergency Response Program, Training, Computer Support, Medical Services, Fitness Center Operations, Employee Assistance Program. b) In the adjacent column, state the number of years experience your company has in each functional area. 4) Relevant work performed in the past five (5) years. Include contract number and type, technical description, dollar amount, period of performance, customer references, name and phone number. Also include relevant work in collaboration with the Occupational Health and Safety community and work that facilitates working partnerships within the industry. 5) Please comment on any aspects of the SOR, particularly as they relate to the performance-based approach to managing the requirements. All questions must be submitted in writing (e-mail or fax). Telephone calls will not be accepted. No solicitation exists. If a solicitation is released, it will be synopsized in FedBizOpps and on the NASA Acquisition Internet Service. It is the responsibility of potential offerors to monitor these sites for the release of any solicitation or synopsis. This synopsis is for information and planning purposes. It is not to be construed as a commitment by the Government nor will the Government pay for information solicited. Respondents will not be notified of the results of the evaluation. Respondents deemed fully qualified will be considered in any resultant solicitation for the requirement. Failure to respond to this synopsis does not mean that a firm cannot respond to a solicitation at a later date. Any referenced notes may be viewed at the following URLs linked below.
 
Web Link
Click here for the latest information about this notice
(http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=21#108217)
 
Record
SN00493315-W 20031221/031219212934 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.