SOLICITATION NOTICE
Q -- NASA Emergency Medical Evacuation/Repatriation Services - Terms and Conditions
- Notice Date
- 4/19/2016
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 624230
— Emergency and Other Relief Services
- Contracting Office
- NASA/John F. Kennedy Space Center, John F. Kennedy Space Center, Florida, 32899
- ZIP Code
- 32899
- Solicitation Number
- NNK16585247Q
- Archive Date
- 5/24/2016
- Point of Contact
- Nancy S. Cuty, Phone: 3218679761, Marco Pochy, Phone: 3218678567
- E-Mail Address
-
nancy.s.cuty@nasa.gov, marco.l.pochy@nasa.gov
(nancy.s.cuty@nasa.gov, marco.l.pochy@nasa.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- Recent Activity and Support Aircraft Ops and Management Scenarios Statement of Work Terms and Conditions This notice is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information 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 a commercial item using FAR Part 12 and the Simplified Acquisition Procedures set forth in FAR Part 13. This notice is being issued as a RFQ for Emergency Medical Evacuation/Repatriation Services for NASA civil service employees on official Government foreign travel. The services shall be in accordance with the attached Statement of Work (SOW) Period of Performance will be base period plus four one year options as follows: Base Period Award Date thru 09/30/2016 Option Year One: 10/01/2016 thru 09/30/2017 Option Year Two: 10/01/2017 thru 09/30/2018 Option Year Three: 10/01/2018 thru 09/30/2019 Option Year Four: 10/01/2019 thru 09/30/2020 The provisions and clauses in the RFQ are those in effect through FAC 2005-74. This procurement is a Small Business Set-Aside. The NAICS Code and the small business size standard for this procurement are 624230 and $32.5M respectively. The offeror shall state in their offer their size status for this procurement. All responsible sources may submit an offer which shall be considered by the agency. Instructions 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998) This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): Offerors are encouraged to use the Standard Form 1449, Solicitation/Contract/Order for Commercial Items form found at URL: http://server-mpo.arc.nasa.gov/Services/NEFS/NEFSHome.tml though, the form is not required.   Federal Acquisition Regulation (FAR) clauses: http://www.acquisition.gov/far/ NASA FAR Supplement (NFS) clauses: http://www.hq.nasa.gov/office/procurement/regs/nfstoc.htm Offerors must include completed copies of the provision at 52.212-3 (AUG 2013), Offeror Representations and Certifications - Commercial Items with their offer. Shall provide the information required by FAR 52.212-1 (JUL 2013), Instructions to Offerors-Commercial Items, which is incorporated by reference. FAR 52.204-7 (JUL 2013) System for Award Management FAR 52.212-4 (SEP 2013), Contract Terms and Conditions-Commercial Items is applicable. Addenda to FAR 52.212-4 are as follows: See Attached. FAR 52.212-5 (SEP 2013), Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items is applicable and the following identified clauses are incorporated by reference: See Attached. FAR 52.215-1 (JAN 2004) Instructions to Offerors - Competitive Acquisition The provision may be obtained via the internet at URL: http://farsite.hill.af.mil/reghtml/regs/far2afmcfars/fardfars/far/52_000.htm These representations and certifications will be incorporated by reference in any resultant contract. NASA Clause 1852.215-84 (NOV 2011), Ombudsman, is applicable. The Center Ombudsman for this acquisition can be found at http://prod.nais.nasa.gov/pub/pub_library/Omb.html It is the offeror's responsibility to monitor the following Internet site for the release of solicitation amendments (if any): http://prod.nais.nasa.gov/cgi-bin/nais/link_syp.cgi. Potential Offerors will be responsible for downloading their own copy of this combination synopsis/solicitation and amendments (if any). The Government contemplates award of Firm-Fixed Price (FFP) Contract resulting from this solicitation. Quote Instructions The following page limitations are established for each portion of the proposal submitted in response to this solicitation; Technical 4 pgs., Scenarios 12 pgs., Past Performance 3 pgs., and Price 1 pg. A page is defined as one side of a sheet, 8 1/2" x 11", with at least one inch margins on all sides, using no smaller than font size 12 Times New Roman. Foldouts count as an equivalent number of 8 1/2" x 11" pages. The metric standard format most closely approximating the described standard 8 1/2" x 11" size may also be used. Pages submitted in excess of the limitations specified in this provision will not be evaluated by the Government. Delivery Instructions Offeror shall submit the in writing via e-mail to nancy.s.cuty@nasa.gov and copy marco.l.pochy@nasa.gov the quote no later than 05/09/2016 8 a.m. EST. Questions Telephone questions will not be accepted. Questions regarding this request for proposals must be submitted via email to nancy.s.cuty@nasa.gov and copy marco.l.pochy@nasa.gov proposal number must be identified in the subject line: NNK16585247Q no later than 04/25/2016 10 a.m. EST. The offeror shall provide the following information in the submission of the proposal: 1. Solicitation number 2. Discount/payment terms, warranty duration (if applicable), 3. Taxpayer identification number (TIN), 4. Identification of any special commercial terms 5. Be signed by an authorized company representative, 6. Cage Code number 7. Current and active SAM.gov registration 8. Scenarios 1-4 Answers 9. Response to all questions on Aircraft/Pilot Operations Management 10. Past Performance (at least 3 extractions in the last five years) A. Technical I. Scenarios 1-4 For each scenario in Attachment #1 provide a description of how your company would respond. Elements of NASA's evaluation of Offerors' responses will include: types of assets and personnel used, timing of response, travel route(s) taken to hospital or medical facility, and any other information that demonstrates Offeror's capabilities and expertise. II. Offerors shall describe their general approach to providing air ambulance rescue services per the requirement of the SOW, the information provided should be in sufficient detail to provide NASA technical and medical representatives with evidence the Offeror has the necessary experience and qualifications to perform NASA's requirements described in the Statement of Work. III. Section II of the Statement of Work specifies aircraft operation requirements. In order to ascertain offeror's understanding and compliance with these requirements, offerors shall provide the information requested in Attachment #2 entitled Aircraft/Pilot Operations Management regarding the assets owned and operated by the offeror. The information provided will be evaluated by the Government on a Pass/Fail basis. Responses shall be limited to no more than one page for each section (e.g. "aircraft" and "pilots"), single spaced, and font size 12 Times New Roman.   B. Past Performance Offeror shall provide descriptive information for at least three past extractions within the last five years (shall not exceed one page, single spaced, and font size 12 Times New Roman). Submission of the last three extractions (recent and relevant experience) in past five years which, identifies the Offeror's customer, customer's POC contact information (POC name, phone and email, performance period, dollar amount. C. Price Price submission shall be no more than one page. Including price per year and total price for all (base plus options). Period Base Period Retainer Fee $ Period Option Year One: Retainer Fee $ Period Option Year Two: Retainer Fee $ Period Option Year Three: Retainer Fee $ Period Option Year Four: Retainer Fee $ Total (base +options) $ Failure to submit any of the information requested by this solicitation may be cause for unfavorable consideration. Evaluation A. Technical acceptability will be determined by review of information submitted by the offeror as a Pass/Fail based on the information provided. The information provided must provide details on international medical emergency and other relief services processes and procedures. Responses to the scenarios 1-4, approach to providing SOW requirements, and aircraft/pilot operations management questions. Selection and Award Selection will be a two-step process. First, the quote will be evaluated for Technical Acceptability. Second, only the quotes found Technically Acceptable will be evaluated for Past Performance and Retainer Fee. Award will be made to the Offeror with the highest Past Performance rating and Lowest Retainer Fee. Evaluation of Proposals The Government reserves the right to award on initial quote, without discussions. Each quote will be evaluated on: (a) Technical (b) Past Performance (c) Price B. Past Performance Evaluation In assessing past performance, the Government will primarily rely on information provided by the Offeror. The Government may use data independently obtained from other sources in the Past Performance evaluation process. If, during the course of the evaluation, the Government obtains adverse information to which the Offeror has not previously had an opportunity to respond, the Government will afford the Offeror an opportunity to clarify the information. The Government will not disclose the names of persons who provide performance information. The Offeror's Past Performance will be evaluated on the following: In accordance with, NFS 1815.305, Proposal Evaluation, the past performance factor shall be evaluated for each offeror using the following levels of confidence ratings: Very High Level of Confidence The offeror's relevant past performance is of exceptional merit and is very highly pertinent to this acquisition, indicates exemplary performance in a timely, efficient, and economical manner and very minor (if any) problems with no adverse effect on overall performance. Based on the offeror's performance record, there is a very high level of confidence that the offeror will successfully perform the required effort. (One or more significant strengths exist. No significant weaknesses exist.) High Level of Confidence The offeror's relevant past performance is highly pertinent to this acquisition; demonstrating very effective performance that would be fully responsive to contract requirements. Offeror's past performance indicates that contract requirements were accomplished in a timely, efficient, and economical manner for the most part, with only minor problems that had little identifiable effect on overall performance. Based on the offeror's performance record, there is a high level of confidence that the offeror will successfully perform the required effort. (One or more significant strengths exist. Strengths outbalance any weakness.) Moderate Level of Confidence The offeror's relevant past performance is pertinent to this acquisition, and it demonstrates effective performance. Performance was fully responsive to contract requirements; there may have been reportable problems, but with little identifiable effect on overall performance. Based on the offeror's performance record, there is a moderate level of confidence that the offeror will successfully perform the required effort. (There may be strengths or weaknesses, or both.) Low Level of Confidence The offeror's relevant past performance is at least somewhat pertinent to this acquisition, and it meets or slightly exceeds minimum acceptable standards. Offeror achieved adequate results; there may have been reportable problems with identifiable, but not substantial, effects on overall performance. Based on the offeror's performance record, there is a low level of confidence that the offeror will successfully perform the required effort. Changes to the offeror's existing processes may be necessary in order to achieve contract requirements. (One or more weaknesses exist. Weaknesses outbalance strengths.) Very Low Level of Confidence The offeror's relevant past performance does not meet minimum acceptable standards in one or more areas; remedial action was required in one or more areas. Performance problems occurred in one or more areas which, adversely affected overall performance. Based on the offeror's performance record, there is a very low level of confidence that the offeror will successfully perform the required effort. (One or more deficiencies or significant weaknesses exist.) Neutral In the case of an offeror without a record of relevant past performance or for whom information on past performance is not available, the offeror may not be evaluated favorably or unfavorably on past performance [see FAR 15.305(a) (2) (ii) and (iv)]. C. Price Evaluation The price factor shall be evaluated based only on the Total Price Quoted
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/KSC/OPDC20220/NNK16585247Q/listing.html)
- Place of Performance
- Address: See Statement of Work, United States
- Record
- SN04088353-W 20160421/160419234343-b2e89155de58fbed24bb0e2a466dd99e (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 |