SOLICITATION NOTICE
B -- BIOASTRONAUTICS CONTRACT
- Notice Date
- 9/26/2011
- Notice Type
- Presolicitation
- NAICS
- 541711
— Research and Development in Biotechnology
- Contracting Office
- NASA/Lyndon B. Johnson Space Center, Houston Texas, 77058-3696, Mail Code: BH
- ZIP Code
- 00000
- Solicitation Number
- NAS902078D
- Response Due
- 10/10/2011
- Archive Date
- 9/26/2012
- Point of Contact
- LaToy J. Jones, Contracting Officer, Phone 281-244-8023, Fax 281-483-4066, Email latoy.j.jones@nasa.gov - Cheryl D. Bass, Contract Specialist, Phone 281-483-3476, Fax 281-483-7890, Email cheryl.d.bass@nasa.gov
- E-Mail Address
-
LaToy J. Jones
(latoy.j.jones@nasa.gov)
- Small Business Set-Aside
- N/A
- Description
- THIS IS NOT A REQUEST FOR PROPOSAL, QUOTATION, OR INVITATION TO BID NOTICE.NASA/JSC has a requirement for the continued support of the Occupational Health Programin the Space Life Sciences Directorate (SLSD).NASA/JSC intends to continue the requiredsupport from the current provider, Wyle Integrated Science & Engineering Group (Wyle).NASA intends to modify the scope of the Bioastronautics Contract (BC), NAS9-02078, to addthe Occupational Health Program requirements from the Occupational Medicine andOccupational Health Contract (OMOHC), NNJ06HB47C. The BC was awarded competitively toWyle on March 11, 2003, to provide a broad range of life science services at the JSC. The contract was awarded for a basic period of five years, plus one 3-year option and one2-year option with a completion date of April 30, 2013.The Occupational Medicine andOccupational Health Contract (OMOHC), NNJ06HB47C, was competitively awarded to Wyle onJune 1, 2006, to provide occupational medicine and health services. The contract wasawarded for a basic period of three years with award term periods for a completion dateof July 31, 2016.As a result of the significant SLSD upgrades and infrastructure consolidations, it iscritical that the requirement currently performed by the BC and OMOHC contracts beconsolidated into a single set of requirements. Wyle is the only responsible source thathas the qualifications to provide these services that would enable a bridge period untilthe potential award of a competitive contract in May 2013. Conducting a competitiveprocurement for this bridge period would disrupt on-going services and would lead to aloss of expertise that could result in significant delays or non-compliance.The BC consists of two parts: Part 1 is the core capabilities for contract managementand maintaining baseline operations readiness of the Bioastronautics facilities; Part 2provides for medical services, research, technology development, engineering, operationssupport, and flight hardware. Part 2 is further divided into (i) requirements that areauthorized by level-of-effort task orders and (ii) requirements authorized by issuance ofIndefinite Delivery Indefinite Quantity (IDIQ) tasks. There is no intention to extendthe period performance to the BC. The Human Health and Performance Contract (HHPC) isthe follow-on contract. See synopsis NNJ11399614L issued on September 23, 2011.The Government does not intend to acquire a commercial item using FAR Part 12. Interested organizations may submit their capabilities and qualifications to perform theeffort in writing to the identified point of contact not later than 4:30 p.m. CDT onOctober 10, 2011. Such capabilities/qualifications will be evaluated solely for thepurpose of determining whether or not to procure this effort on a competitive basis. Adetermination by the Government not to compete this proposed effort on a full and opencompetition basis, based upon responses to this notice, is solely within the discretionof the government.Oral communications are not acceptable in response to this notice.All responsible sources may submit an offer which shall be considered by the agency.NASA Clause 1852.215-84, Ombudsman, is applicable. The installation Ombudsman is MelanieSaunders at melanie.saunders-1@nasa.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/JSC/OPDC20220/NAS902078D/listing.html)
- Record
- SN02593565-W 20110928/110927000620-22c0024c9fa9920ca1590858b7c2aaf9 (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 |