Status Report

NASA JSC Solicitation: International Emergency and Other Relief Service

By SpaceRef Editor
May 6, 2011
Filed under , ,

Synopsis – May 05, 2011

General Information

Solicitation Number: NNJ11379879L
Posted Date: May 05, 2011
FedBizOpps Posted Date: May 05, 2011
Recovery and Reinvestment Act Action: No
Original Response Date: May 25, 2011
Current Response Date: May 25, 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

The intent of this Request for Information (RFI) is to solicit comments from industry and to solicit capability statements from qualified companies. The current Overseas Emergency and Medical Services Statements of Work and other pertinent documents are attached as Attachment 001. The Attachment 001 can be viewed at: http://procurement.jsc.nasa.gov/NNJ11379879L/Attachment-001.pdf

These documents are for information and planning purposes and to allow industry the opportunity to verify reasonableness and feasibility of the requirement, as well as promote competition.

Through this RFI, NASA plans to gain insight on all resources necessary to accomplish pre-paid International Emergency and Other Relief Services as a follow-on to the current Overseas Medical and Emergency Services contract. These services are for NASA travelers and will include Evacuation and Repatriation Services with attending medical team that could include a NASA physician and medical equipment to western-equivalent medical services with ultimate evacuation to home-based hospitals or facilities of the employees (members) choosing. Evacuation may occur from remote locations including, but not limited to parts of Russia and Kazakhstan. These requirements include but are not limited to: medical monitoring, medical referrals and consultations with English-speaking doctors, 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 replacement of corrective lenses, and transportation home after stabilization if evacuation is deemed necessary or repatriation of mortal remains. For planning purposes, NASA estimates 1200 overseas travelers per year.

To ensure readiness and understanding of roles, the service provider shall participate, at no cost to the government, with NASA contingency planners in table top exercises (teleconferences) and pre-planning drills at least twice a year. This will assist in providing for delivery and planning of medical evacuations as needed from locations as specified by NASA JSC medical operations planners and others stationed in NASA locations worldwide.

Interested parties are encouraged to address their experience in working within these environments.

SUBMISSION DETAILS

Responses to this RFI should be no more than two (2) pages in length, and industry is invited to provide inputs in the following specific areas:

1. What changes from the current Overseas Emergency and Medical Services contracting approach, if any, would you suggest to the new International Emergency and Other Relief Services contract and why? At a minimum please address each of the following items below:

* Contract Content

* Contract Type

* Identify the contract flexibility and pros and cons of procuring pre-paid services

*Keep in mind that we are seeking to improve contract strategies that will promote competition

2. Identify barriers to competition that could be mitigated to foster a more competitive environment for this procurement.

3. Please provide your view regarding what type of contract provides the best approach for this type of work. How should the “risks versus rewards” be shared by the Government and contractor? How does the proposed contract type incentivize the contractor to perform high quality work at a reasonable price?

4. What has your experience been in pricing pre-paid services? Discuss some of the pros and cons associated with your pricing approach.

5. State firmly whether or not your company will or would be willing to provide these services on a prepaid basis.

NASA/JSC is also soliciting information about potential offeror’s including large businesses, Small Businesses (SBs), Small Disadvantaged Businesses (SDBs) 8(a), HUBZones, Women-Owned Small Businesses (WOSBs), Veteran-Owned Small Businesses (VOSBs), Service-DisabledVeteran-Owned Small Businesses (SDVOSBs), and Historically Black Colleges and Universities/Minority Institutions (HBCU/MIs) that are potential sources for this requirement. Interested organizations are requested to submit their capabilities and qualifications to perform this effort. Responses must include the following: name and address of firm, size of business; average annual revenue for past 3 years and number of employees; ownership; whether they are large,SB, SDB, 8(a), HubZone, WOSB, VOSB, SDVOSB, and HBCU/MI; number of years in business; affiliate information such as parent company or joint venture partners; list of customers covering the past five years (highlight relevant work performed, contract numbers, contract type, dollar value of each procurement; and point of contact – address and phone number). We intend to release the names, addresses, and points of contact of all respondents unless specifically requested not to do so by the respondent. Questions should be directed by email to the Contracting Officer.

In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. The Government is under no obligation to issue a solicitation or to award any contract on the basis of this RFI. The Government will not pay for any information solicited. No evaluation letters and/or results will be issued to the respondents. You are requested to provide electronic responses via e-mail to the Contracting Officer listed at the end of this synopsis. Your response is required by 4:00 p.m. local time on May 25, 2011. No solicitation exists; therefore, do not request a copy of the solicitation. If a solicitation is released it will be synopsized in FedBizOpps and on the NASA Acquisition Internet Service. It is the potential offeror’s responsibility to monitor these sites for the release of any solicitation or synopsis. The Government intends to review the responses submitted by Industry. This data will not be shared outside the Government. The Government may use this data to refine requirements. Data that is submitted as part of Industry’s response that is marked “Proprietary” will not be reviewed.

Point of Contact

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