Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 31, 2011 FBO #3567
SOLICITATION NOTICE

Q -- INTERNATIONAL EMERGENCY AND OTHER RELIEF SERVICES

Notice Date
8/29/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
621910 — Ambulance Services
 
Contracting Office
NASA/Lyndon B. Johnson Space Center, Houston Texas, 77058-3696, Mail Code: BG
 
ZIP Code
00000
 
Solicitation Number
NNJ11379879R
 
Response Due
9/30/2011
 
Archive Date
8/29/2012
 
Point of Contact
Aneesah K. Vaughn, Contract Specialist, Phone 281-244-5329, Fax 281-244-2370, Email aneesah.k.vaughn@nasa.gov - Lauren N. Johnson, Contracting Officer, Phone 281-483-2780, Fax 281-244-2370, Email lauren.n.johnson@nasa.gov
 
E-Mail Address
Aneesah K. Vaughn
(aneesah.k.vaughn@nasa.gov)
 
Small Business Set-Aside
N/A
 
Description
This notice is a combined synopsis/solicitation for commercial items prepared inaccordance with the format in FAR Subpart 12.6, as supplemented with additionalinformation included in this notice. This announcement constitutes the only solicitation;offers are being requested and a written solicitation will not be issued. The Government intends to acquire commercial services using FAR Part 12, together withFAR Part 13 - Simplified Acquisition Procedures and FAR Part 16.5 - Indefinite DeliveryContracts. The resulting Purchase Order will be a Single Award utilizing Fixed-PriceIndefinite-Delivery Indefinite-Quantity Delivery Orders with a Minimum Guarantee of$10,000 to be stated in the Schedule and total Maximum Orders limited to $500,000. I. MINIMUM REQUIREMENTS See attached document for model contract at: http://procurement.jsc.nasa.gov/NNJ11379879R/Model-Contract.pdf This notice is being issued as a Request for Proposal (RFP) for International Emergencyand other Relief Services for NASA travelers with minimum requirements as follows: The offeror shall provide all resources necessary to accomplish International Emergencyand Other Relief Services for NASA travelers, including Evacuation and RepatriationServices to home based hospitals in the U.S. with attending medical teams, medicalequipment, and use of western equivalent services in country (including NASA clinics) tostabilize patient for evacuation. The offerors responsibility begins upon being informedof a medical event involving an emergency of a NASA traveler. Medical evacuation canrequire in-patient hospitalization or require definitive care of some sort, whether it isin-patient or outpatient. For a minor emergency or for outpatient care not requiringevacuation, bed side case management should still be performed by the contractor but theFederal Travel Regulations for transportation of a person with an emergency medicalcondition will be utilized. Other required services include assistance with obtaining the following; medicalmonitoring, medical referrals and consultations with English-speaking doctors,translation services, hospital admittance and coordination to ensure timely access tomedical care, facilitation of hospital payments, coordination of insurance information,medications, vaccines, blood transfers, medical devices and repatriation of mortalremains for overseas travelers. II. PERIOD OF PERFORMANCE Delivery of services are required from the date of award through the date of expirationof the purchase order, expected to be September 30, 2012 with four (4) one year options;notwithstanding continuations under task orders issued pursuant to FAR 52.216-22,paragraph(d). III. INSTRUCTIONS TO OFFERORS NASA Johnson Space Center historically sends approximately 1200 travelers overseas peryear. 60% of trips no longer than 10 days 30% of trips no longer than 30 days 10% of travelers comprise 5% trips of less than 120 5% trips greater than 120 days for up to 1 year NASAs Historical data assumes a total of 1 full blown medical evacuations every 2years and 2 semi medical evacuations every year. i.e.(semi medical evacuation) Anemployee breaking an ankle but is able to ride to a US destination on a commercialflight. NASA is soliciting for a prepaid fixed price service(s) including profit/fee rather thana membership model fee paid after service delivery. NASA assumes that prepaid fixedprice services are individual emergency evacuation membership plans in which NASA pays afee (up front) for international travelers in exchange for access to the range ofservices listed in the minimal requirements. Offerors may propose fees for travelers based upon trip duration periods or upon its ownavailable commercial services. Offerors shall propose prepaid fixed price service(s)including profit/fee with and without security evacuations.A. Offerors shall describe how they would respond to (3) three medical response scenariosprovided below. Responses for each scenario shall not exceed 1 page each. These scenarioswill be evaluated by the government and considered in the evaluation described in Part VIFactors for Award. All three scenarios weight equally for evaluation purposes. 1) A 35 year old female NASA employee has been diagnosed with a metastatic brain tumorafter suddenly collapsing at a meeting while performing her duties in Russia. She isadmitted to the intensive care unit in Moscow and is on ventilator support. She isotherwise stable and is on anti-seizure medication and is responsive to commands. Thepatient is originally from North Carolina, with family in the North Carolina area. Sheand the family would like definitive care in North Carolina, and he has been accepted fortransfer by the Cancer Center of North Carolina. Please describe your response/ actionplan. 2) A 42 year old male was playing volleyball in Star City, Russia when he stepped in ahole and sustained a tri-malleolar fracture of the left ankle. He was seen in the NASAremote clinic and x-rays confirm the fracture. He was placed in a posterior plastersplint. He has received previous orthopedic care in Houston for his knee, and would likethe same surgeon to fix his ankle. Due to the swelling, surgery will be scheduled inabout 48-72 hours to allow the swelling to recede. The NASA surgeon believes he canreturn commercial, but preferably business class so that he may elevate his leg, and usecrutches non-weight bearing. Please describe your response / action plan. 3) A 52 year old astronaut is performing Sea Survival in the Black Sea. After severalruns in the capsule he is noted to be in tachycardia. Upon EKG placement, he is noted tobe in a trial fibrillation with a ventricular rate of 110. He is given a beta blocker bythe NASA surgeon and is stable with a rate of 94. The NASA surgeon is going to place himon subcutaneous Lovenox and a beta blocker and believes the patient can return to theU.S. via a commercial carrier with an escort. Please describe your response / actionplan. B. Offerors shall describe who the eligible participants are that would be allowed toreceive a pre-paid membership. Offeror shall describe the basic triggers used todetermine whether a NASA member is eligible for a medical evacuation. C. Offerors shall describe their intended on-line processes or procedures used toregister NASA travelers for international emergency services. (For processing NASAtravelers) D. NASA is considering ordering emergency evacuation services. A firm fixed price shouldbe submitted separately for this option, however, not required to be considered foraward. Once NASA makes an award, this option may or may not be exercised. All responsible sources may submit an offer which shall be considered by the agency. TheGovernment intends to make a single award for all items on an 'all or none' basis; (withan exception to the security evacuation services that are optional) therefore, offerorsmust propose all items. Partial quotes will not be accepted. One-on-one communications will be offered by the government (to briefly clarifyrequirements) the week of September 12, 2011. Offerors shall request a time slot inwriting no later than (NLT) September 2, 2011 to Aneesah Vaughn(aneesah.k.vaughn@nasa.gov) if one -on -one communications are desired. Offerors are notrequired to participate in (one-on-one) communications. Offerors may still submit aproposal even if they choose not to participate in one-on-one communications. Offerorshall limit the number of participants to no more than 4 personnel. The Government willnot reimburse offerors for expenses incurred for one-on-one communications. All contractual and technical questions must be in writing (e-mail or fax) to AneesahVaughn (aneesah.k.vaughn@nasa.gov) not later than September 7, 2011. Telephone questionswill not be accepted. Offers for the items(s) described above are due by September 30, 2011 NLT 4:00PM (CST) toNASA-JSC, Attn: Aneesah Vaughn (aneesah.k.vaughn@nasa.gov), JSC-BG, Houston, TX, 77058and must include, solicitation number, discount/payment terms, taxpayer identificationnumber (TIN), identification of any special commercial terms, and be signed by anauthorized company representative. E-Mail offers are preferred. Offerors are encouragedto use the Standard Form 1449, Solicitation/Contract/Order for Commercial Items formfound at URL:http://server-mpo.arc.nasa.gov/Services/NEFS/NEFSHome.tml Prospective offerors shall notify this office of their intent to submit an offer. It isthe offeror's responsibility to monitor the following Internet site for the release ofsolicitation amendments (if any):http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=73#145775. Potentialofferors will be responsible for downloading their own copy of this combinationsynopsis/solicitation and amendments (if any). IV.CONTRACT TERMS AND CONDITIONS Offerors must comply with the required terms and conditions. See attached document formodel contract. The provisions and clauses in RFP NNJ11379879R are those in effect through FAC 2005-53. The NAICS Code and the small business size standard for this procurement are 621910-Ambulance Services Emergency medical transportation services, air or ground and $7Mrespectively. The offeror shall state in their offer their size status for thisprocurement. Offerors shall provide the information required by FAR 52.212-1 (JUNE 2008), Instructionsto Offerors-Commercial Items, which is incorporated by reference. The FAR may be obtained via the Internet at URL: http://www.acquisition.gov/far/index.html The NFS may be obtained via the Internet at URL: http://www.hq.nasa.go V. OFFEROR REPRESENTATIONS AND CERTIFICATIONS Offerors must include completed copies of the provision at FAR 52.212-3 (MAY 2011),Offeror Representations and Certifications - Commercial Items with their offer. These maybe obtained via the internet at URL:http://prod.nais.nasa.gov/eps/Templates/Commercial_Greater_Than_25K.doc. Theserepresentations and certifications will be incorporated by reference in any resultantcontract. VI. FACTORS FOR AWARD Selection and award will be made to that offeror whose offer will be most advantageous tothe Government, with consideration given to the factors of proposed technical merit,price, and past performance. It is critical that offerors provide adequate detail toallow evaluation of their offer. ADDITIONAL FACTORS FOR AWARD 1.Joint determination for medical evacuation need between the contractor and NASA. 2. US Home-Based Evacuations 3. Procedure for registering travelers4. Handling of trip cancellations and trip postponements 5. Ability to participate in table Top Drills (Create an Incident) 6. Willingness to receive data and collaborate with existing travel risk managementvendor7. Determination of financial responsibility
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/JSC/OPDC20220/NNJ11379879R/listing.html)
 
Record
SN02553797-W 20110831/110829235644-59379a05735e752940339d9c449e8115 (fbodaily.com)
 
Source
FedBizOpps 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.