Final Request for Quote for Occupational Health Support Services III (OHSS III)
ID: 80LARC25Q7001Type: Solicitation
Overview

Buyer

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

NAICS

All Other Miscellaneous Ambulatory Health Care Services (621999)

PSC

MEDICAL- OTHER (Q999)

Set Aside

8(a) Set-Aside (FAR 19.8) (8A)
Timeline
  1. 1
    Posted Apr 2, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 2, 2025, 12:00 AM UTC
  3. 3
    Due May 6, 2025, 6:00 PM UTC
Description

The National Aeronautics and Space Administration (NASA) Langley Research Center is soliciting quotes for Occupational Health Support Services III (OHSS III) under an 8(a) set-aside competition aimed at small businesses. The primary objective of this procurement is to establish a comprehensive Occupational Health Program that aligns with the requirements outlined in the Performance Work Statement (PWS) for NASA LaRC in Hampton, Virginia. This contract will encompass core services delivered through a Firm-Fixed Price (FFP) structure, with a potential performance period of up to five years, including a 30-day transition period. Interested offerors must submit their proposals by May 6, 2025, at 2:00 PM EST, and are encouraged to direct inquiries to Natasha King at larc-ohss3@mail.nasa.gov. The anticipated award date is July 31, 2025, with the contract effective from September 1, 2025.

Point(s) of Contact
Files
Title
Posted
Mar 4, 2025, 8:06 PM UTC
The document outlines the Stock Record (S/R) form, specifically the Standard Form 1449, used in government procurement processes. Its primary purpose is to facilitate the payment process by documenting the receipt, inspection, and acceptance of goods or services provided under federal contracts. Key sections include item numbers, quantities received, unit prices, and total amounts due for payment. The form requires signatures from authorized government representatives, certifying the correctness of the account. Detailed information regarding the receiving entity, such as contact details of the authorized representative and the location of receipt, is also captured. This document serves as a critical tool in ensuring accountability and transparency in federal spending, particularly in reference to federal RFPs and grants. Its structure emphasizes clarity and compliance, making it integral to government financial operations and the management of contracts.
Apr 2, 2025, 7:04 PM UTC
The document outlines the cost template instructions for bidders in a government Request for Proposal (RFP) related to providing baseline and sub-baseline services. It emphasizes that the worksheets within the template are formula-driven, requiring bidders to input their company name and specify pay rates and markup percentages across various labor categories. Mandatory fee-for-service items must also be priced and detailed accordingly. Key financial components include the understanding of Baseline Services and Other Direct Costs (ODC), as well as multiple option periods spanning five years. The pricing structure is designed to ensure accuracy, with guidance for confirming data integrity throughout the worksheets. Specific services listed include mandatory health examinations and vaccinations categorized under an overarching framework for service implementation, particularly for LaRC contractors and civil service retirees. The document highlights the importance of ensuring compliance with provided formulas and costs while allowing for adaptations based on the number of subcontractors involved. This structured and detailed approach is essential for transparent and accountable pricing in government contracting processes, reflecting the agency's aim for effective management of federal and local RFPs and grants.
Apr 2, 2025, 7:04 PM UTC
The document outlines a pre-award survey of a prospective contractor's accounting system, assessing its compliance with federal requirements before awarding a contract. It provides a checklist to evaluate various criteria, such as adherence to Generally Accepted Accounting Principles (GAAP), cost segregation, system functionality, and financial information accuracy. The survey allows assessment of whether the accounting system meets essential guidelines for government contracts, ensuring proper cost tracking and compliance with regulations, including FAR 31. The recommendation section indicates whether the contractor's accounting system is acceptable for contract award or if further review is required post-award. The attachment allows for additional narratives to clarify any deficiencies. The document aims to ensure reliability and integrity in financial reporting from contractors, critical for federal grants and RFPs, thereby safeguarding taxpayer interests and promoting efficient contract management within government agencies.
Apr 2, 2025, 7:04 PM UTC
The document involves Alicia Kelly-Eslinger, a Contracting Officer at Langley Research Center, and appears to be related to federal initiatives concerning Requests for Proposals (RFPs) and grants. While specific details of the RFP or grant are not provided, it suggests an official communication or documentation process surrounding federal contracting activities. The inclusion of a digital signature implies authentication and formalization of the document. The overall context seems to be the establishment of agreements or solicitation for services or products in alignment with federal regulations, particularly within the scope of aerospace or research sectors relevant to Langley Research Center. This highlights the federal government's methodical approach to contracting and funding processes.
Apr 2, 2025, 7:04 PM UTC
The document outlines the requirements for a comprehensive Safety and Health Plan that must be submitted by an Offeror as part of a federal contract with NASA. The plan is intended to ensure the protection of public, employee health and safety, and property through adherence to OSHA and local safety regulations. Key components of the plan include management leadership and employee participation, workplace analysis, hazard prevention and control, reporting and recordkeeping of accidents, emergency response protocols, notice of violations, subcontractor compliance, and safety meetings. Specific details required in the plan encompass compliance with established safety regulations, description of management's commitment to safety, hazard identification processes, communication methods for reporting safety issues, and training for employees regarding safety and health practices. Documented methods for managing hazardous operations, personal protective equipment, emergency management, and handling Notices of Violation are also necessary. The plan must emphasize the continuous engagement of employees and management in safety measures and outline methodologies to ensure adherence throughout the contract duration. Overall, the document serves as a framework for maintaining safety standards within the NASA contract context, emphasizing the importance of proactive measures and compliance.
Apr 2, 2025, 7:04 PM UTC
The document outlines the staffing requirements for a government contract associated with health and fitness services, specifically addressing various positions required under the Workforce Health and Wellness program. Historically, 11 distinct roles have supported this initiative, excluding Physician or Employee Assistance Program (EAP) personnel. The key positions highlighted include a Program Manager/Clinic Administrator, Fitness Center Director, Fitness Center Specialist, several administrative and medical roles such as Registered Nurse, Nurse Practitioner, and Administrative Assistant. Notably, the document indicates a total of 6 positions, with 5 actively filled, including a Chief Medical Officer and EAP Specialist, while certain roles like Radiation Technologist and Associate Chief Medical Officer remain unfilled. This information reflects the critical personnel framework necessary for delivering comprehensive health services under this federal contract, emphasizing the focus on health promotion and support within the outlined roles. The structure showcases the variety of functions essential for successful operation and client care within the program.
Apr 2, 2025, 7:04 PM UTC
The Past Performance Questionnaire (PPQ) serves as a critical evaluation tool within the federal contracting process. Designed for contracting officers and representatives, this questionnaire assesses contractors' performance on prior contracts. The PPQ is composed of several sections requiring detailed inputs from both the contractor and the government evaluator. Key components include contractor identification, contract details, performance ratings across various technical performance elements, and general performance areas. Evaluators are tasked with rating contractors on criteria such as service quality, schedule adherence, and personnel management. It outlines the process for submitting the questionnaire and emphasizes the confidentiality of the evaluations. Ultimately, the PPQ plays a vital role in aiding government decision-making through its structured assessment of past contractor performance, which is instrumental in selecting proposals for federal contracts.
Mar 4, 2025, 8:06 PM UTC
The document outlines a competitive acquisition process by NASA for core services over a potential five-year contract, encompassing a two-year base period and three one-year options. The contract structure includes firm-fixed price (FFP) items for baseline services and reimbursable costs for other direct costs. The evaluation of proposals will focus on clarity in the cost proposal, technical merit, and a tradeoff between past performance and cost/price. The acquisition falls under the NAICS code 621999, with a small business size standard of $20.5 million. A pre-quote conference is scheduled for March 19, 2025, prior to the submission due date of quotes on April 14, 2025, leading to anticipated contract award by June 30, 2025. Essential compliance with various government databases and ethical clearance is mandatory for bidders. All submission documentation will be shared via NASA’s secure platform, and sensitive data must be protected according to federal guidelines. The request does not commit NASA to contract or cover proposal preparation costs but invites comments ahead of the final request for quotes. This procurement indicates NASA's strategic approach to engage in methodical and transparent contracting processes while adhering to regulatory requirements.
Apr 2, 2025, 7:04 PM UTC
Apr 2, 2025, 7:04 PM UTC
Apr 2, 2025, 7:04 PM UTC
The document details the accountable government property inventory for the NASA Langley Research Center (LaRC) Occupational Health Clinic as of August 30, 2021. It provides a comprehensive list of medical equipment and fitness center items, including descriptions, manufacturers, models, serial numbers, and specific room locations. The inventory consists of diagnostic tools such as audiometers, stethoscopes, and various examination table models, alongside fitness equipment like treadmills, ellipticals, and weight training machines. The document emphasizes accurate tracking of properties to ensure proper management and accountability in compliance with federal regulations. It serves as an essential resource for auditing purposes and government oversight within the context of federal grants and RFPs, reinforcing accountability in managing taxpayer-funded assets at NASA. Overall, this document reflects the importance of maintaining a detailed inventory for efficient facility operations and adherence to fiscal responsibilities.
Apr 2, 2025, 7:04 PM UTC
Apr 2, 2025, 7:04 PM UTC
The document appears to consist of encoded or garbled text, which makes it difficult to extract coherent information or summarize its content effectively. However, if this were a typical government Request for Proposal (RFP), it would likely include sections outlining the scope of work, eligibility requirements, application procedures, evaluation criteria, and contact information for inquiries. An RFP typically serves to solicit services or products from vendors, detailing expectations and guidelines for submission, essentially aiming to foster a transparent and competitive bidding process. The context of federal grants and local RFPs underscores the importance of thorough documentation to ensure compliance with government standards, accountability, and the responsible use of public funds in projects aimed at community improvement or infrastructure development. Clear communication of requirements is crucial for potential contractors to understand the terms and conditions under which they are bidding. Overall, the essence of such documents revolves around soliciting bids for governmental projects while maintaining integrity and public trust.
Apr 2, 2025, 7:04 PM UTC
The document outlines the contractual terms and conditions associated with a government solicitation under the Standard Form 1449, aimed at acquiring commercial products and services, specifically for NASA's Langley Research Center. It details various sections such as general provisions, evaluation factors for award, and guidelines for offerors regarding submission and invoicing. Key points include stipulations about inspection and acceptance of delivered items, the handling of disputes, the process for invoice submissions, and the importance of adhering to governmental regulations like the Prompt Payment Act and security protocols for protecting sensitive information. Additionally, it covers clauses pertaining to contract termination, contractor responsibilities, compliance with laws, and conditions unique to government contracts, particularly with small businesses under specific SBA regulations. Emphasis is placed on ensuring all parties involved understand their obligations and the necessary procedures to follow for contract fulfillment, highlighting the document's significance in facilitating structured and legal procurement processes within federal contracting.
Apr 2, 2025, 7:04 PM UTC
NASA Langley Research Center is announcing a Request for Quotation (RFQ) that is an 8(a) set-aside, aimed at small businesses participating in the 8(a) Business Development Program. The RFQ includes details regarding eligibility criteria for 8(a) participants and has undergone revisions based on feedback from the draft version. Key updates include the addition of indemnification clauses, attachments that provide historical data, changes to position descriptions, and clarified submission guidelines for past performance questionnaires. The deadline for proposal submission is set for May 6, 2025, at 2:00 PM EST, using NASA’s Enterprise File Sharing and Sync Box. Offerors are directed to closely review the updated Performance Work Statement (PWS), which has seen important changes. Prospective quoters are also reminded to obtain a matching Commercial and Government Entity (CAGE) code and encouraged to submit inquiries to the designated Contracting Officer by April 25, 2025. The document advises that NASA is not obligated to compensate for proposal preparation costs and emphasizes strict adherence to communication protocols during the acquisition process.
Apr 2, 2025, 7:04 PM UTC
The document addresses a clarification request regarding Solicitation 80LARC25Q7001 for Occupational Health Support Services III (OHSS III). It highlights a discrepancy in the duration that a quote must remain valid, with one section stating 180 calendar days and another indicating a different period. The government confirms that the accurate duration is 360 calendar days and notes that the language in the document has been revised for consistency. This interaction showcases the importance of clear communication and uniformity in federal procurement processes, ensuring that all parties understand the requirements for proposal submissions accurately. The update aims to facilitate compliance and clarity for potential quoters in the application process.
Mar 4, 2025, 8:06 PM UTC
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.
Evaluations, Assessments, Studies, Services, and Support (EASSS) 4
Buyer not available
The National Aeronautics and Space Administration (NASA) Langley Research Center is inviting proposals for the Evaluations, Assessments, Studies, Services, and Support 4 (EASSS 4) contract, aimed at providing essential evaluations and support for the Science Office for Mission Assessments (SOMA) and other designated NASA organizations. This procurement is structured as a small business set-aside competition under NAICS code 541715, with a Cost-Plus-Fixed Fee (CPFF) Indefinite Delivery/Indefinite Quantity (IDIQ) contract expected to span five years, with a total contract value ranging from $100,000 to $99.75 million. The selected contractor will be responsible for conducting various assessments, ensuring compliance with conflict of interest policies, and maintaining a Top Secret facility clearance, which underscores the critical nature of the services being sought. Proposals are due by April 28, 2025, and all inquiries should be directed to Sheryl Kopczynski at sheryl.c.kopczynski@nasa.gov by April 4, 2025.
FY25 Xerox DocuShare Annual Support Renewal
Buyer not available
The National Aeronautics and Space Administration (NASA) is seeking proposals for the annual support renewal of Xerox DocuShare software, specifically for Standard and Incremental Servers, through Request for Quotation (RFQ) 80NSSC25898751Q. This procurement is set aside for small businesses and includes options for technical support, maintenance, and upgrades, with a performance period from April 1, 2025, to March 31, 2026, at the Armstrong Flight Research Center in California. The services are crucial for maintaining operational efficiency and safeguarding NASA's software investment, ensuring continuous support and future upgrades. Interested parties must submit their quotes by April 10, 2025, and are encouraged to contact Tracy Bremer at tracy.g.bremer@nasa.gov or 228-813-6136 for further information.
Consolidated Program Support Services (CPSS), Program Planning & Control (PP&C) II
Buyer not available
The National Aeronautics and Space Administration (NASA) is preparing to issue a Draft Request for Proposal (DRFP) for the Consolidated Program Support Services (CPSS), Program Planning & Control (PP&C) II contract at the Marshall Space Flight Center in Huntsville, Alabama. This contract will focus on various program planning and control requirements, including integration, program analysis, earned value management, cost estimating, scheduling, and risk analysis, along with subject matter expert support for strategic planning and project reviews. The anticipated release date for the DRFP is around April 24, 2025, followed by the Request for Proposal (RFP) on or about June 6, 2025, with all responsible sources encouraged to submit offers. Interested parties should direct any questions to Charlene Booth at charlene.c.booth@nasa.gov by May 6, 2025, and monitor SAM.gov for updates on the solicitation.
Spaceport Operations and Center Services (SOCS)
Buyer not available
The National Aeronautics and Space Administration (NASA) Kennedy Space Center is seeking qualified vendors to provide Spaceport Operations and Center Services (SOCS), which includes facilities support services at KSC and Cape Canaveral Space Force Station. The contract will encompass a range of services such as maintenance and operations of facilities, integrated operations center management, engineering support, and logistics services, aimed at supporting over 30 customers including NASA and the United States Space Force. The anticipated timeline for the Request for Proposal (RFP) release is around August 29, 2024, with proposals due by October 31, 2024, and contract awards expected by June 30, 2025. Interested parties can contact Daniel Hinsley at ksc-socs-info@mail.nasa.gov for further information and are encouraged to monitor https://sam.gov for updates.
Facilities And Operations Maintenance Support Services II (FOMSS II)
Buyer not available
The National Aeronautics and Space Administration (NASA) is seeking qualified contractors to provide Facilities Operations and Maintenance Support Services II (FOMSS II) at the George C. Marshall Space Flight Center (MSFC) in Huntsville, Alabama. The contract aims to deliver comprehensive operations, maintenance, and repair services for a diverse campus comprising approximately 344 structures, including complex aerospace facilities and environmental management tasks related to hazardous waste. This competitive acquisition is designated as an 8(a) set-aside, with a total estimated value of $110 million over a five-year period, including a 45-day phase-in and multiple option years. Interested parties must submit their comments on the Draft Request for Proposal (DRFP) by August 29, 2024, and proposals are anticipated to be due by October 11, 2024. For further inquiries, contact Noeleen Laughlin at noeleen.laughlin@nasa.gov or Joseph R. Tynes at joseph.r.tynes@nasa.gov.
5X MISSION ASSURANCE SUPPORT SERVICES RECOMPETE
Buyer not available
The National Aeronautics and Space Administration (NASA) is seeking proposals for the 5X Mission Assurance Support Services Recompete, aimed at providing specialized technical engineering services at the Jet Propulsion Laboratory (JPL) in La Canada Flintridge, California. This procurement is a total small business set-aside under NAICS code 541715, focusing on areas such as reliability engineering, quality assurance, and system safety engineering, with the intention of awarding multiple subcontracts for staff augmentation and task-based services. The selected subcontractors will support JPL's mission assurance division, which is critical for ensuring the reliability and safety of various space missions. Proposals are due by April 11, 2025, with a pre-proposal conference scheduled for March 17, 2025. Interested parties can contact Tiffany Smith at tiffany.m.smith@jpl.nasa.gov or call 818-354-1623 for further information.
FY25 KSC Pointwise Renewal
Buyer not available
The National Aeronautics and Space Administration (NASA) is seeking quotations for the acquisition of Pointwise Fidelity software from Cadence Design Systems, Inc., as part of the FY25 KSC Pointwise Renewal project. This procurement involves acquiring two units of the software, which is essential for NASA's operations at the Kennedy Space Center in Florida, with a contract performance period from July 1, 2025, to June 30, 2026. The RFQ emphasizes the importance of open competition and compliance with federal regulations, ensuring that all offerors are registered in the System for Award Management (SAM) and adhere to various legal provisions. Interested parties must submit their quotations by April 14, 2025, and can contact Tracy Bremer at tracy.g.bremer@nasa.gov or 228-813-6136 for further information.
Flight Dynamic Support Services (FDSS III) Extension
Buyer not available
NASA's Goddard Space Flight Center is seeking to extend its Flight Dynamics Support Services (FDSS III) contract, which provides essential flight dynamics support for various space missions and systems analysis. The procurement aims to ensure continued operational support, including orbit determination, trajectory control, and attitude analysis, while also advancing technology development in navigational techniques and software engineering compliance. This sole source contract extension to OPR, LLC is critical for maintaining mission capabilities through October 31, 2025, as a follow-on competitive contract is anticipated. Interested organizations may submit their qualifications to Jacob Perez at jacob.a.perez@nasa.gov by 4:30 PM EST on October 21, 2024, for consideration in the acquisition process.
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.