Status Report

NASA Solicitation: International Emergency and Other Relief Services

By SpaceRef Editor
August 31, 2011
Filed under , ,

Synopsis/Solicitation Combo – Aug 29, 2011

General Information
Solicitation Number: NNJ11379879R
Posted Date: Aug 29, 2011
FedBizOpps Posted Date: Aug 29, 2011
Recovery and Reinvestment Act Action: No
Original Response Date: Sep 30, 2011
Current Response Date: Sep 30, 2011
Classification Code: Q — Medical services
NAICS Code: 621910 – Ambulance Services

Contracting Office Address

NASA/Lyndon B. Johnson Space Center, Houston Texas, 77058-3696, Mail Code: BG

Description

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 commercial services using FAR Part 12, together with FAR Part 13 – Simplified Acquisition Procedures and FAR Part 16.5 – Indefinite Delivery Contracts. The resulting Purchase Order will be a Single Award utilizing Fixed-Price Indefinite-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 Emergency and other Relief Services for NASA travelers with minimum requirements as follows:

The offeror shall provide all resources necessary to accomplish International Emergency and Other Relief Services for NASA travelers, including Evacuation and Repatriation Services to home based hospitals in the U.S. with attending medical teams, medical equipment, and use of western equivalent services in country (including NASA clinics) to stabilize patient for evacuation. The offeror’s responsibility begins upon being informed of a medical event involving an emergency of a NASA traveler. Medical evacuation can require in-patient hospitalization or require definitive care of some sort, whether it is in-patient or outpatient. For a minor emergency or for outpatient care not requiring evacuation, bed side case management should still be performed by the contractor but the Federal Travel Regulations for transportation of a person with an emergency medical condition will be utilized.

Other required services include assistance with obtaining the following; medical monitoring, medical referrals and consultations with English-speaking doctors, translation services, hospital admittance and coordination to ensure timely access to medical care, facilitation of hospital payments, coordination of insurance information, medications, vaccines, blood transfers, medical devices and repatriation of mortal remains for overseas travelers.

II. PERIOD OF PERFORMANCE

Delivery of services are required from the date of award through the date of expiration of 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 per year.

* 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

NASA’s Historical data assumes a total of 1 full blown medical evacuations every 2 years and 2 semi medical evacuations every year. i.e.(semi medical evacuation) An employee breaking an ankle but is able to ride to a US destination on a commercial flight.

NASA is soliciting for a prepaid fixed price service(s) including profit/fee rather than a membership model -fee paid after service delivery. NASA assumes that prepaid fixed price services are individual emergency evacuation membership plans in which NASA pays a fee (up front) for international travelers in exchange for access to the range of services listed in the minimal requirements.

Offerors may propose fees for traveler’s based upon trip duration periods or upon its own available 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 scenarios provided below. Responses for each scenario shall not exceed 1 page each. These scenarios will be evaluated by the government and considered in the evaluation described in Part VI Factors 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 tumor after suddenly collapsing at a meeting while performing her duties in Russia. She is admitted to the intensive care unit in Moscow and is on ventilator support. She is otherwise stable and is on anti-seizure medication and is responsive to commands. The patient is originally from North Carolina, with family in the North Carolina area. She and the family would like definitive care in North Carolina, and he has been accepted for transfer by the Cancer Center of North Carolina. Please describe your response/ action plan.

2) A 42 year old male was playing volleyball in Star City, Russia when he stepped in a hole and sustained a tri-malleolar fracture of the left ankle. He was seen in the NASA remote clinic and x-rays confirm the fracture. He was placed in a posterior plaster splint. He has received previous orthopedic care in Houston for his knee, and would like the same surgeon to fix his ankle. Due to the swelling, surgery will be scheduled in about 48-72 hours to allow the swelling to recede. The NASA surgeon believes he can return commercial, but preferably business class so that he may elevate his leg, and use crutches non-weight bearing. Please describe your response / action plan.

3) A 52 year old astronaut is performing Sea Survival in the Black Sea. After several runs in the capsule he is noted to be in tachycardia. Upon EKG placement, he is noted to be in a trial fibrillation with a ventricular rate of 110. He is given a beta blocker by the NASA surgeon and is stable with a rate of 94. The NASA surgeon is going to place him on subcutaneous Lovenox and a beta blocker and believes the patient can return to the U.S. via a commercial carrier with an escort. Please describe your response / action plan.

B. Offerors shall describe who the eligible participants are that would be allowed to receive a pre-paid membership. Offeror shall describe the basic triggers used to determine whether a NASA member is eligible for a medical evacuation.

C. Offerors shall describe their intended on-line processes or procedures used to register NASA travelers for international emergency services. (For processing NASA travelers)

D. NASA is considering ordering emergency evacuation services. A firm fixed price should be submitted separately for this option, however, not required to be considered for award. 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. The Government intends to make a single award for all items on an “all or none” basis; (with an exception to the security evacuation services that are optional) therefore, offerors must propose all items. Partial quotes will not be accepted.

One-on-one communications will be offered by the government (to briefly clarify requirements) the week of September 12, 2011. Offerors shall request a time slot in writing no later than (NLT) September 2, 2011 to Aneesah Vaughn (aneesah.k.vaughn@nasa.gov) if one -on -one communications are desired. Offerors are not required to participate in (one-on-one) communications. Offerors may still submit a proposal even if they choose not to participate in one-on-one communications. Offeror shall limit the number of participants to no more than 4 personnel. The Government will not reimburse offerors for expenses incurred for one-on-one communications.

All contractual and technical questions must be in writing (e-mail or fax) to Aneesah Vaughn (aneesah.k.vaughn@nasa.gov) not later than September 7, 2011. Telephone questions will not be accepted.

Offers for the items(s) described above are due by September 30, 2011 NLT 4:00PM (CST) to NASA-JSC, Attn: Aneesah Vaughn (aneesah.k.vaughn@nasa.gov), JSC-BG, Houston, TX, 77058 and must include, solicitation number, discount/payment terms, taxpayer identification number (TIN), identification of any special commercial terms, and be signed by an authorized company representative. E-Mail offers are preferred. 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

Prospective offerors shall notify this office of their intent to submit an offer. 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/eps/bizops.cgi?gr=D&pin=73#145775 . Potential offerors will be responsible for downloading their own copy of this combination synopsis/solicitation and amendments (if any).

IV.CONTRACT TERMS AND CONDITIONS

Offerors must comply with the required terms and conditions. See attached document for model 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 $7M respectively. The offeror shall state in their offer their size status for this procurement.

Offerors shall provide the information required by FAR 52.212-1 (JUNE 2008), Instructions to 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.gov

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 may be obtained via the internet at URL: http://prod.nais.nasa.gov/eps/Templates/Commercial_Greater_Than_25K.doc . These representations and certifications will be incorporated by reference in any resultant contract.

VI. FACTORS FOR AWARD

Selection and award will be made to that offeror whose offer will be most advantageous to the Government, with consideration given to the factors of proposed technical merit, price, and past performance. It is critical that offerors provide adequate detail to allow 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 travelers

4. 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 management vendor

7. Determination of financial responsibility

Point of Contact

Name: Aneesah K. Vaughn
Title: Contract Specialist
Phone: 281-244-5329
Fax: 281-244-2370
Email: aneesah.k.vaughn@nasa.gov

Name: Lauren N. Johnson
Title: Contracting Officer
Phone: 281-483-2780
Fax: 281-244-2370
Email: lauren.n.johnson@nasa.gov

SpaceRef staff editor.