SPECIAL NOTICE
Q -- Occupational Medical Services - Attachment 01 PWS
- Notice Date
- 1/29/2018
- Notice Type
- Special Notice
- NAICS
- 561210
— Facilities Support Services
- Contracting Office
- NASA/George C. Marshall Space Flight Center, Office of Procurement, Marshall Space Flight Center, Alabama, 35812, United States
- ZIP Code
- 35812
- Solicitation Number
- 0218MSFCPS33
- Archive Date
- 3/13/2018
- Point of Contact
- Lizette M. Kummer, Phone: 2565443457
- E-Mail Address
-
lizette.m.kummer@nasa.gov
(lizette.m.kummer@nasa.gov)
- Small Business Set-Aside
- N/A
- Description
- Enclosures A-L to Attachment 02 Table F-1 Types of Information Necessary to Assemble a Comprehensive Proposal Performance Work Statement (PWS) NATIONAL AERONAUTICS AND SPACE ADMINISTRATION (NASA) GEORGE C. MARSHALL SPACE FLIGHT CENTER (MSFC) OCCUPATIONAL MEDICAL SERVICES REQUEST FOR INFORMATION (RFI) THIS IS NOT A REQUEST FOR PROPOSAL, QUOTATION, OR INVITATION TO BID NOTICE. The purpose of this RFI is to request 1) feasibility input on the Government's approach to a revised requirement 2) to determine if there are two or more capable small businesses that can perform the revised requirement for the follow-on contract to the current Environmental Engineering and Occupational Health Services Contract. It is incumbent on you to use your best judgment in responding to this Notice. The Capability Statements received in response to this notice may lead to a Small Business set-aside if two (2) or more Small Businesses can be determined by the Government to be capable of performing the tasking as described in this RFI's known and potential requirements and in the Draft Performance Work Statement (Attachment 01). Please note that all interested parties, large and small businesses, are encouraged to respond. A. Background The predecessor contract is NNM13AA80C with HPM Corporation. The PWS is comprised of Program Management, Environmental Compliance, Occupational Health and Industrial Hygiene. The contract is performed on-site at the Medical Center, MSFC Bldg. 4249. The contract has a five-year period of performance and expires October 31, 2018. It is a firm fixed price mission services contract with an indefinite delivery indefinite quantity (IDIQ) component. The current value of the contract mission is approximately $4.3M per year. Budgeted amounts are comprised of: Environmental Compliance on-site Support ($.95M/year), Occupational Health (Industrial Hygiene, Health Physics, and Respiratory Protection) ($1.25M/year), and Medical Center ($2.1M/year). Information relating to the current EEOH contract may be requested via the Freedom of Information Act (FOIA) from: https://www.nasa.gov/FOIA/index.html. In support of shaping a new approach to the follow on contract, MSFC released RFI number NNM17ZPS003L posted June 28, 2017. This RFI requested feasibility input on three possible cost saving options for performance of program management, occupational medicine, preventive medicine, acute medical care, and emergency medical response services at the Marshall Space Flight Center (MSFC) and requested suggestions for same. Subsequently, the Government modified cost savings Option a. "to provide at no cost, or reduced cost to the Government, the medical surveillance exams and work related acute care visits for civil servants and Contractor personnel in exchange for charging fee-for-services for preventive health exams and non-occupational acute care visits to the MSFC community, and the Redstone Arsenal Community." This revision now included the Redstone Arsenal Community as a potential population for health services. Respondents were invited to provide a listing of the types, and respective amounts of information industry may need to develop a business case to support the revision to "Option a." The information requested is at Attachment 02. B. RFI Notice Objective The purpose of this RFI is to request 1) feasibility input on the Government's approach to a revised requirement 2) to determine if there are two or more capable small businesses that can perform the revised requirement for the follow-on contract to the current Environmental Engineering and Occupational Health Services Contract. C. Description of Known and Potential Requirements The basic requirement is for purchase of commercial medical services in support of the MSFC Occupational Health Program on-site at the Medical Center Building 4249. The requirement includes performance of all OSHA and NASA-specific physicals and initial treatment for all work related injuries for all covered personnel. In addition, it includes all Industrial Hygiene program requirements (see covered personnel in PWS at Attachment 01). It is the Government's intent to phase-out the initial requirement to perform approximately 900 on-site Contractor OSHA and NASA-specific physicals from the basic requirement during years 2-5 of the contract. This phase-out will create excess capacity within the medical center. As a cost savings initiative, the Contractor will leverage the excess capacity (equipment) under the Use and Charges clause in their contract, FAR 52.245-9 to provide on-site Contractor OSHA and NASA specific physicals, in exchange for an equipment rental fee to the Government. The Contractor will negotiate separately with on-site Contractors for performing the OSHA and NASA-specific physicals as they are phased out of the contract. Unlike the current contract, the basic requirement does not include performance of any voluntary civil servant physicals or acute care. However, MSFC is required under NPR 1800.1 to offer voluntary physical examinations to civil servants. Therefore, under Use and Charges the Contractor will offer the excess capacity at the Medical Center to conduct voluntary physicals for civil servants. Because civil servant physicals are already covered by health benefits, the Contractor will accept responsibility for billing fee for services which includes private medical insurance for any voluntary civil servant physicals conducted under Use and Charges. Excess capacity for conducting medical services may also be offered to the Redstone Community at large. For any commercial service undertaken under the Use and Charges clause, the Contractor is responsible for collecting payment. The medical services Contractor will undertake the responsibility for advertising uses for the excess capacity at the medical center to include the capacity to conduct OSHA and NASA- specific physicals, voluntary physicals, and acute care. MSFC will allow the Contractor's use of store stock for advertising pamphlets and brochures, and MSFC will advertise clinic capabilities using center electronic social media sites and to the Redstone Community Health Promotions Council (CHPC). The medical services Contractor will undertake the responsibility to secure HIPPA data (if housed at the Medical Center) that results from the use of excess capacity at the Medical Center under the Use and Charges Clause (e.g. for the Contractor OSHA and NASA-specific physicals, for voluntary physicals, and for acute care) to include maintaining a secure server to store HIPPA data and a secure internet connection to transmit and receive HIPPA data. Unlike the current contract, the basic requirement does not include performance of any Environmental Compliance functions. D. Input Requested As a result of the preceding, the Government requests either an expression of interest in the form of capability statements, or an expression of disinterest in the form of feasibility inputs (see Table F-1 at Attachment 03) addressing the following approach: A Firm Fixed Price Contract with and Indefinite Delivery Indefinite Quantity component for: i. Occupational Medical Services, for approximately 350 civil servants and 900 MSFC on-site Contractors (with the number of on-site Contractor OSHA and NASA-specific physicals to be phased out from 900 to 0 during years 2-5 of performance, according to a TBD schedule in the contract) and work-related injury visits for civil servants and Contractors. ii. Industrial Hygiene, Health Physics, Respiratory Protection iii. Program Management With the Opportunity for: i. Leveraging excess capacity under Use and Charges clause FAR 52.245-9 for providing commercial services for OSHA and NASA-specific physicals to on-site Contractors (under separate billing arrangements with contractors). ii. Leveraging excess capacity under Use and Charges clause FAR 52.245-9 for providing commercial services for on-site voluntary health maintenance exams for civil servants (billing). iii. Leveraging excess capacity under Use and Charges clause FAR 52.245-9 for providing commercial services for on-site voluntary health maintenance exams, and non-occupational acute care visits to civil servants, on-site Contractors, and the Redstone community (billing "fee for services" to include private medical insurance as payment). E. The Capability Statement shall succinctly address the following three items to demonstrate the Contractor's capability to perform the requirements of the Performance Work Statement at Attachment 01 and in this RFI. 1. Demonstrate your ability to manage as prime Contractor, the type and magnitude of the PWS. Cross reference to specific past performance examples. 2. Demonstrate your technical ability, or potential approach to achieving technical ability, to perform the requirements of the PWS with at least 50% of the cost of the contract for personnel, with your own employees. Include your ability or potential IT approach to segregating and safeguarding HIPPA data collection, storage, and transmission. Include your ability or potential approach, to segregating cost for commercial activity under Use and Charges, and cost for effort under the contract PWS. Cross reference to either specific past performance examples, or specific evidence of how you will achieve technical ability by the 1st day of performance. 3. Demonstrate your capacity, or potential approach to achieving capacity, to conduct the requirements of the PWS. (Capacity refers to matters such as magnitude of the tasking, the amount of equipment, supplies, or facilities involved, and the size of the staff needed). Cross reference to specific past performance examples, or specific evidence of how you will achieve required capacity by the 1st day of performance. F. Also provide the following: a. Company name, b. Website Address c. POC information d. DUNS e. Business Size for the corresponding NAICS code (s) Facilities Support Services -561210, Other Scientific and Consulting Services -54169, All Other Miscellaneous Ambulatory Health Care Services-62199 4. Interested parties are requested to respond by February 26, 2018. Electronic responses shall be no more than seven (7) pages (8.5" X 11", 12 point, and Times New Roman font). Electronic responses shall be provided to lizette.m.kummer@nasa.gov. Phone: (256) 544-3457. 5. Potential Offerors may schedule face-to-face meetings with Government personnel to further discuss your responses to this RFI and gather information relative to the current state of the work. The Government is available to meet during business hours February 28 to March 1, 2018. Propose with your response a preferred face-to-face meeting date and time and an alternate. Your meeting date/time will scheduled by MSFC. Each meeting is limited to 1 hour, and industry participants are limited to four. Due to time constraints, electronic presentations will not be permitted. NOTE: This is a request for information only and does not constitute a commitment, implied or otherwise, that the Government will initiate a procurement action in this matter. In addition the Government will not be responsible for any cost incurred in furnishing this information. Respondents will not be notified of the results of the review. The Government intends to use the information provided for the purpose of developing the procurement strategy and potential source list. Any information used will be on a non-attribution basis. Restrictions that will limit the Government's ability to use the information for these purposes are of limited value to the Government and are discouraged.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/8b4f1f3f831637b090183b40ba5cd0f7)
- Place of Performance
- Address: The contract is performed on-site at the Medical Center, MSFC Bldg. 4249., Huntsville, Alabama, 35812, United States
- Zip Code: 35812
- Zip Code: 35812
- Record
- SN04802778-W 20180131/180129231128-8b4f1f3f831637b090183b40ba5cd0f7 (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 |