Joint Safety Health Institutional Facilities Team (JSHIFT)
ID: Sources_Sought_JSHIFTType: Sources Sought
Overview

Buyer

NATIONAL AERONAUTICS AND SPACE ADMINISTRATIONNATIONAL AERONAUTICS AND SPACE ADMINISTRATIONNASA LANGLEY RESEARCH CENTERHAMPTON, VA, 23681, USA

NAICS

Other Scientific and Technical Consulting Services (541690)

PSC

SUPPORT- PROFESSIONAL: ENGINEERING/TECHNICAL (R425)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The National Aeronautics and Space Administration (NASA) is seeking qualified small businesses to provide comprehensive occupational safety and health services through the Joint Safety Health Institutional Facilities Team (JSHIFT) contract. The contractor will be responsible for managing personnel and equipment to support safety and health programs across NASA's Goddard Space Flight Center, Johnson Space Center, and Langley Research Center, with a focus on improving safety behaviors, conducting incident investigations, and integrating risk analyses into management decisions. This contract is crucial for maintaining safe working environments and compliance with NASA policies and federal regulations, emphasizing a proactive approach to safety and health within the NASA community. Interested parties can contact Lisa Harvey at lisa.m.harvey@nasa.gov or Stacey Walker at stacey.n.walker@nasa.gov for further details, with the opportunity set aside for small businesses under the NAICS code 541690.

    Files
    Title
    Posted
    The Data Requirements Document (DRD) outlines essential data deliverables for the Joint Safety Health Institutional Facilities Team (JSHIFT) contract with NASA, detailing submission protocols, types of required documents, and associated obligations. It categorizes deliverables into Type 1, Type 2, and Type 3, each with varying levels of NASA's review and approval requirements. Types are differentiated by the contractor's need for prior approval (Type 1), notification and potential disapproval by NASA (Type 2), and straightforward submissions without prior approval (Type 3). Key deliverables include a Contract Management Plan, Quality Management Plan, Safety and Health Plan, Organizational Conflicts of Interest Plan, and Security Requirements for IT resources, among others. The document specifies distribution, submission timelines, format requirements, and relations to applicable regulations. Emphasis is placed on maintaining compliance with rigorous safety standards and proper financial management throughout the contract lifecycle. This DRD serves as a contractual framework ensuring that the contractor meets NASA's operational, safety, and compliance criteria, ultimately advancing project accountability and transparency within government contracting processes.
    The Performance Work Statement (PWS) outlines the requirements for the Joint Safety Health Institutional Facilities Team (JSHIFT) to provide comprehensive occupational safety and health services for NASA's Goddard Space Flight Center (GSFC), Johnson Space Center (JSC), and Langley Research Center (LaRC). The contractor is responsible for managing personnel and equipment necessary to support institutional safety and health programs, ensuring compliance with NASA policies and federal regulations. Key objectives include improving safety behaviors, conducting timely investigations of incidents, and integrating risk analyses into management decisions. Services encompass general occupational safety, including inspections, safety communications, and emergency preparedness, as well as occupational health services like industrial hygiene assessments and hazardous materials management. The contract aims for regional standardization while allowing for center-specific needs. Task orders can cover services across all NASA facilities, emphasizing collaborative efforts to maintain safe working environments and uphold the nation's safety standards. The overarching goal is to foster a proactive approach to safety, mitigate hazards, and uphold the well-being of all personnel within the NASA community.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Human Health and Performance Contract 2 (HHPC2)
    Buyer not available
    The National Aeronautics and Space Administration (NASA) is seeking qualified contractors for the Human Health and Performance Contract 2 (HHPC2), aimed at enhancing crew health, safety, and productivity in support of human spaceflight activities. This procurement will involve compliance with a range of technical and operational standards, including rigorous performance evaluations and adherence to applicable documents related to human health and performance within aerospace contexts. The contract, structured as a Cost-Plus-Award-Fee (CPAF) arrangement, is set to commence on November 1, 2025, and will primarily take place at NASA's Johnson Space Center in Houston, Texas. Interested parties should direct inquiries to primary contact Yaranet Marquez at yaranet.marquez-1@nasa.gov or secondary contact Joseph Ocampo at joseph.t.ocampo@nasa.gov, with the final Request for Proposal (RFP) expected around December 6, 2024.
    Safety and Mission Assurance Services (SMAS) III e-Library
    Buyer not available
    Special Notice: NATIONAL AERONAUTICS AND SPACE ADMINISTRATION is seeking Safety and Mission Assurance Services (SMAS) III e-Library. This service involves the creation of an electronic library of supplemental information for safety and mission assurance purposes. The library will provide access to important resources and documents related to safety and mission assurance. The procurement is set aside for small businesses. The place of performance is Greenbelt, MD, USA (zip code: 20771). For more information, please contact Miranda G. Meyer at miranda.g.meyer@nasa.gov or Nancy J. Lindsey at nancy.j.lindsey@nasa.gov.
    Simulation and Advanced Software Services II (SASS II)
    Buyer not available
    The National Aeronautics and Space Administration (NASA) is seeking qualified contractors for the Simulation and Advanced Software Services II (SASS II) project, aimed at providing specialized simulation services related to space robotics, avionics, vehicle, and graphics simulation. This procurement is critical for supporting various NASA programs, including the International Space Station (ISS), Orion, and Artemis initiatives, and is designated as a total small business set-aside. The contract will be structured as a single Indefinite Delivery Indefinite Quantity (IDIQ) contract, effective from October 1, 2025, to September 30, 2030, with a proposal submission deadline set for 30 days after the final RFP release. Interested parties can reach out to Carlos Roman at carlos.roman@nasa.gov or Yushu Mao at yushu.mao@nasa.gov for further information.
    NRESS III Draft RFP 80HQTR25R7002
    Buyer not available
    NASA's National Aeronautics and Space Administration (NASA) is seeking proposals for the NRESS III Draft Request for Proposal (RFP) 80HQTR25R7002, aimed at providing research and education support services, including professional and IT services for NASA's peer review program. The contract, which is set aside for 8(a) businesses, will facilitate the management of research proposals, outreach programs, and compliance with federal grant policies, ensuring efficient contract management and adherence to NASA's operational standards. The anticipated contract value ranges from a minimum of $5 million to a maximum of $365,208,886, with proposals due approximately 30 days after the final RFP release on April 29, 2025. Interested parties can direct inquiries to Chanda Cannon at chanda.m.cannon@nasa.gov or Jasmine N. Jett at jasmine.n.jett@nasa.gov.
    Operations and Maintenance at Katherine Johnson Independent Verification and Validation (IV&V) Facility
    Buyer not available
    The National Aeronautics and Space Administration (NASA) is seeking contractors for operations and maintenance services at the Katherine Johnson Independent Verification and Validation (IV&V) Facility located in Fairmont, West Virginia. The procurement aims to ensure the effective functioning of the facility through comprehensive facilities support services, which include housekeeping and operational support. This contract is crucial for maintaining the facility's readiness and operational efficiency, supporting NASA's broader mission objectives. Interested parties should reach out to Jessica Allman at jessica.d.allman@nasa.gov for further details, as this presolicitation is part of the Facilities Support Services industry under NAICS code 561210.
    Launch Vehicle Probabilistic Reliability Risk Analysis Services
    Buyer not available
    The National Aeronautics and Space Administration (NASA) is seeking services for a Launch Vehicle Probabilistic Reliability Risk Analysis. This procurement aims to enhance the reliability and risk assessment of launch vehicles through advanced probabilistic analysis techniques. Such services are crucial for ensuring the safety and success of space missions, contributing to the overall effectiveness of NASA's launch operations. Interested vendors can reach out to Allyson Grooms at allyson.grooms@nasa.gov or call 321-867-2304 for further details regarding this opportunity.
    Demolition of Aircraft and Various Other Test Articles
    Buyer not available
    The National Aeronautics and Space Administration (NASA) is soliciting proposals for the demolition of abandoned aircraft and various test articles at its facilities, with a focus on small business participation. The contractor will be responsible for safely demolishing and removing specified items, including a Bell AH-1 Cobra helicopter and a Fokker F-28 aircraft, within 21 days of contract award, while adhering to strict safety and environmental regulations. This project is crucial for maintaining a clean and efficient research area, ensuring compliance with federal standards, and supporting NASA's commitment to transparency and small business engagement in federal procurement. Interested parties must submit their quotations by February 20, 2025, and can direct inquiries to Cody Guidry at cody.d.guidry@nasa.gov.
    NASA Small Business Technology Transfer (STTR) Phase I Fiscal Year 2025 Solicitation
    Buyer not available
    NASA's National Aeronautics and Space Administration (NASA) is inviting small businesses to participate in the Small Business Technology Transfer (STTR) Phase I Fiscal Year 2025 Solicitation, aimed at developing innovative technologies that can benefit both NASA missions and broader societal needs. Proposals must demonstrate technical feasibility, relevance to NASA's objectives, and include a clear commercialization strategy, with funding capped at $150,000 for a project duration of 13 months. This initiative emphasizes the importance of small businesses in federal research and development, particularly encouraging participation from socially and economically disadvantaged groups. Interested parties must submit their proposals by March 10, 2025, and can reach out to Kenneth E. Albright at Agency-SBIR-STTRSolicitation@mail.nasa.gov or by phone at 228-813-6127 for further information.
    NASA Small Business Innovation Research (SBIR) Phase I Fiscal Year 2025
    Buyer not available
    NASA's National Aeronautics and Space Administration (NASA) is inviting small businesses to participate in the Small Business Innovation Research (SBIR) Phase I for Fiscal Year 2025, aimed at fostering innovative technologies that support NASA's missions. Eligible small businesses, defined as those with 500 or fewer employees, are required to submit proposals that demonstrate feasibility and potential for commercial viability, with a maximum funding of $150,000 available for a six-month project duration. This initiative is crucial for advancing aerospace technology and enhancing the broader economy, as it emphasizes sound business practices and market readiness. Proposals must be submitted via the Proposal Submissions and Award Management System (ProSAMS) by March 10, 2024, and interested parties can reach out to Kenneth E. Albright at Kenneth.E.Albright@nasa.gov or Steven Brockway at steven.m.brockway@nasa.gov for further information.
    Research Opportunities for International Space Station (ISS) Utilization
    Buyer not available
    The National Aeronautics and Space Administration (NASA) is seeking proposals for research opportunities related to the utilization of the International Space Station (ISS). This initiative aims to enhance exploration technology demonstrations and National Lab utilization, as outlined in NASA Research Announcement (NRA) NNJ13ZBG001N, which remains open for submissions. The awarded contracts may vary in type, including commercial contracts, cooperative agreements, and grants, depending on the proposal's scope. Interested parties should contact Colleen Corbett or Audrey Montgomery for further information and are encouraged to monitor the NASA Solicitation and Proposal Integrated Review and Evaluation System (NSPIRES) for updates on submission deadlines and additional documents.