Joint Safety Health Institutional Facilities Team (JSHIFT)

Agency:
State: Virginia
Level of Government: Federal
Category:
  • R - Professional, Administrative and Management Support Services
  • Y - Construction of Structures and Facilities
Opps ID: NBD00159149561792253
Posted Date: Apr 18, 2024
Due Date: May 3, 2024
Solicitation No: Sources_Sought_JSHIFT
Source: Members Only
Joint Safety Health Institutional Facilities Team (JSHIFT)
Active
Contract Opportunity
Notice ID
Sources_Sought_JSHIFT
Related Notice
Department/Ind. Agency
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Apr 18, 2024 09:06 am EDT
  • Original Response Date: May 03, 2024 05:00 pm EDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: May 18, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code:
  • NAICS Code:
  • Place of Performance:
    Hampton , VA 23681
    USA
Description

Background:



The National Aeronautics and Space Administration (NASA) Langley Research Center (LaRC) is hereby requesting information from potential sources for the Joint Safety Health Institutional Facilities Team (JSHIFT) procurement. LaRC is issuing this Sources Sought Synopsis/Request for Information (RFI) as a means of conducting market research to identify parties having an interest in and the resources to support this requirement. The existing efforts are currently being performed under contracts at multiple NASA centers to include Goddard Space Flight Center (GSFC), Lyndon B. Johnson Space Center (JSC), and Langley Research Center (LaRC). NASA/LaRC is seeking capabilities from industry to inform the government’s acquisition strategy for a consolidated procurement to encompass all aspects of Institutional Safety and Occupational Health Support Services for the required NASA centers and field locations. The result of this market research will contribute to determining the type and method of procurement. The applicable North American Industry Classification System (NAICS) code assigned to this procurement is 541330, Engineering Services; under this NAICS code the small business size standard is $22.5 million.



NASA/LaRC is seeking capability statements from all interested parties, including all socioeconomic categories of Small Businesses and Historically Black Colleges and Universities (HBCU)/Minority Institutions (MI), for the purposes of determining the appropriate level of competition and/or small business subcontracting goals for the JSHIFT solicitation.



This synopsis is for information and planning purposes only and there is currently not a solicitation. This request for capability information does not constitute a request for proposals and submission of any information in response to this market survey is purely voluntary. The government assumes no financial responsibility for any costs incurred and the respondents will not be notified of the results of the evaluation. If a solicitation is released it will be synopsized in SAM.gov. Interested firms are responsible for monitoring this website for the release of any solicitation or synopsis.



Joint Safety Health Institutional Facilities Team (JSHIFT) Contract Description:



The proposed JSHIFT contract will provide support services in two broad technical areas, namely, Institutional Operational Safety, and Occupational Health. Services will be required at the Goddard Space Flight Center (GSFC), Lyndon B. Johnson Space Center, and Langley Research Center (LaRC). These services will enable the Centers to comply with NASA policies and Federal regulations in each of the technical areas. The contractor may be required to perform services at its own facility (off-site), at the Centers and/or at the Center’s satellite locations. Details of each Center specific locations and scope are described in the attached Statement of Work (SOW).



It is anticipated that the JSHIFT will be a single-award, 100% Firm-Fixed Price (FFP) with Indefinite-Delivery, Indefinite-Quantity (IDIQ) task orders Contract. Requirements will be issued as FFP task orders as determined appropriate throughout the life of the contract.



For your reference, the Draft JSHIFT Statement of Work is attached to this posting. It is anticipated that there will be some changes between the JSHIFT SOW. Interested parties are encouraged to carefully review the Draft JSHIFT for changes upon its release.



The pertinent contract information for the current contracts are as follows:



Goddard (GSFC) Contracts – (Occupational Safety):




  • Current Contractor: Adanta, Inc.

  • Contract Number: 80GSFC19C0045;

  • Estimated Contract Value: Approximately $3 million;

  • Contract Expiration Date: July 31, 2024



Goddard (GSFC) Contract – (Industrial Hygiene):




  • Current Contractor: PI3E JV, LLP

  • Contract Number: 80GSFC21CA019;

  • Estimated Contract Value: Approximately $4 million;

  • Contract Expiration Date: August 2, 2024.



Langley (LaRC) Contract:




  • Current Contractor: Mission Technology

  • Contract Number: 80LARC20D0005;

  • Estimated Contract Value: Approximately $37 million;

  • Contract Expiration Date: April 30, 2025



JSC Contract:




  • Current Contractor: NLT Management Services, LLC

  • Contract Number: 80JSC020D00006;

  • Estimated Contract Value: Approximately $23 million;

  • Contract Expiration Date: December 31, 2024



Capability Statement:



Interested firms having the required capabilities necessary to meet the above requirement should indicate the ability to perform all aspects of the effort, and include the following information:




  • Describe your company's overall skills, experience, and capabilities to perform the work of the draft Joint Safety Health Institutional Facilities Team (JSHIFT) SOW. If subcontracting or joint venture is anticipated to deliver technical capability, organizations should address the anticipated administrative and management structure of such arrangements (if this information is known at this time). Also address what elements of work would be performed by the prime or joint venture and which elements would be performed by subcontractors;

  • Company-Specific Information - responses must include the following:

    • Name and address of firm Point of Contact information (include DUNS number, address, phone, and email).

    • Size of business.

    • Average annual revenue for past three years.

    • Number of employees.

    • Whether the firm is a Large, SB, SDB, HUBZone, WOSB, VOSB, SDVOSB, HBCU/MI, and/or 8a.

    • Number of years in business.

    • Affiliate information: parent company, joint venture partners, and potential teaming partners.

    • If you plan to propose as a prime or as a subcontractor.



  • A list of contracts covering the past three years with emphasis on work performed for the United States Federal Government. Please provide contract numbers, if your firm was a prime or subcontractor, contract type, dollar value of each procurement, and customer point of contact (address, phone, and email). If work was performed as a subcontractor, please indicate percentage of work/subcontract dollar value. If the contract(s) were IDIQ, please indicate the number of task orders awarded and the total dollar value of those task orders.



In addition to the information requested above, interested parties may also provide optional comments on this potential acquisition regarding proposed contract type, incentive arrangements, evaluation criteria, or performance metrics. Specifically, interested parties are requested to address the following items:




  1. If this contract is not set aside, how can NASA design/structure the contract to ensure that small business goals are met or exceeded?

  2. What innovations might you propose in the performance of this contract or contract structure?



If the Government issues a Request for Proposal (RFP), the government reserves the right to restrict the procurement to small businesses. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions.



NASA Clause 1852.215-84, Ombudsman, is applicable. The Center Ombudsman for this acquisition can be found at https://www.hq.nasa.gov/office/procurement/regs/Procurement-Ombuds-Comp-Advocate-Listing.pdf



Organizational Conflicts of Interest (OCI):



In addition to the information requested above, NASA is requesting information from industry regarding potential OCI arising from the JSHIFT acquisition.



The nature of the work anticipated under the JSHIFT contract may create the potential for OCI as currently described in FAR Subpart 9.5. Each interested party should review FAR Subpart 9.5 in light of NASA’s anticipation of OCI issues and consider carefully the extent to which an OCI may arise before making the decision to compete for JSHIFT.



A link to the NASA’s Guide on Organizational Conflicts of Interest is below:

https://nasa.gov/sites/default/files/atoms/files/nasa_organizational_conflicts_of_interest.pdf



Please reference this document for additional information about NASA’s policies with respect to OCI issues. Interested parties are requested to address the following questions:




  1. What type(s) of OCI issues would your company or potential team identify, if any, should you choose to propose on the JSHIFT contract?

  2. What strategies would you anticipate proposing to mitigate the OCI issues that you identified (if any)? Please provide strategy details, previous examples/experience with other contracts with NASA or other agencies, etc.

  3. Are there any other types of potential OCI issues with the proposed JSHIFT contract that were not identified in this RFI?

  4. Does your company foresee any OCI issues associated with the JSHIFT that would cause you to decide not to propose on the potential JSHIFT RFP? If so, please explain.



NASA will review any responses received regarding potential OCI and each offeror’s proposed OCI mitigation strategy. NASA will respond to each company who submits an OCI mitigation strategy. NASA’s response will simply be an attempt to examine circumstances which might lead to or eliminate an OCI and is not intended to serve as a confirmation that, in fact, all potential OCI issues have been identified, that an OCI will ultimately exist, or that an interested party is capable of successfully eliminating or mitigating an identified OCI. NASA’s response is also not intended to encourage or discourage any interested party from responding to an RFP issued for JSHIFT in the future. Furthermore, NASA’s response in no way alters or interprets FAR 9.5 as it applies to a final statement of work or a final proposal submission, should an interested party elect to submit a proposal to an RFP for JSHIFT Subsequent to the initial OCI submission and NASA’s response, the Government will not consider further information as it relates to this RFI. The Contractor will still be required to comply with the RFP OCI requirements and its submission will be considered in accordance with the RFP.



The documents on the NASA procurement website are for information and planning purposes, to allow industry the opportunity to comment, and to promote competition only. NASA will not affirmatively release any information received in response to this RFI to the public but may use information received in developing the best approach for a contract strategy, and therefore such information may be recognizable to the interested party who submitted it.



Diversity, Equity, and Inclusion:



NASA LaRC is seeking capability statements from all interested parties, including all socioeconomic categories of Small Businesses and Historically Black Colleges and Universities (HBCU)/Minority Institutions (MI), and members of the underserved communities as defined by Executive Order (EO) 13985, Advancing Racial Equity And Support For Underserved Communities Through The Federal Government, for the purposes of determining the appropriate level of competition and/or small business subcontracting goals for JSHIFT.



Additionally, in support of the Executive Order (EO) 13985, NASA is seeking to advance equity or remove barriers for members of underserved communities related to this requirement. As defined in the EO, Underserved Communities refers to populations sharing a particular characteristic, as well as geographic communities, that have been systematically denied a full opportunity to participate in aspects of economic, social, and civic life, as exemplified by the list in the preceding definition of "equity." Equity means the consistent and systematic fair, just, and impartial treatment of all individuals, including individuals who belong to underserved communities that have been denied such treatment, such as Black, Latino, and Indigenous and Native American persons, Asian Americans and Pacific Islanders and other persons of color; members of religious minorities; lesbian, gay, bisexual, transgender, and queer (LGBTQ+) persons; persons with disabilities; persons who live in rural areas; and persons otherwise adversely affected by persistent poverty or inequality.



NASA seeks input in the following areas:



1. To support the requirements identified in this request for information (RFI)/sources sought notification, what barriers or opportunities exist to engage subject matter experts from industry and academia and how can those barriers be overcome? How can underserved communities be leveraged?



2. To support the requirements identified in this RFI, what barriers or opportunities exist to partner with subcontractors that employ members of underserved communities, as defined above?



3. What other recommendations would you make to enhance diversity and inclusion?



4. What should be considered to encourage full participation and contribution of organizations and individuals (e.g., outreach efforts and innovative partnerships) in performance of this requirement?



Submission Instructions:



Interested firms having the required capabilities necessary to meet the above requirement described herein should submit a capability statement of no more than twenty pages, using no less than 12-point Times New Roman font indicating the ability to perform all aspects of the effort.



No solicitation exists; therefore, please do not request a copy of the solicitation. If a solicitation is released, it will be synopsized on SAM.gov. Interested firms are responsible for monitoring this website for the release of any solicitation or synopsis.



This synopsis is for information and planning purposes and is not to be construed as a commitment by the Government to issue a solicitation or to award a contract, nor will the Government pay for information solicited. Respondents will not be notified of the results of the evaluation. Respondents deemed fully qualified will be considered in any resultant solicitation for the requirement. In accordance with FAR 15.201(e) responses to this notice are not offers and cannot be accepted by NASA to form a binding contract.



Interested parties who consider themselves qualified to perform one or more elements of the Statement of Work are invited to submit a response to this Sources Sought Notice/RFI by 5:00 p.m. EST on May 03, 2024. All responses and questions related to this Sources Sought Notice/RFI must be emailed to larc-JSHIFT@mail.nasa.gov.



An Interested Vendors List is enabled within this posting. This list is available to other vendors to allow potential offerors the opportunity to network Parties that would like their information posted to the Interested Vendors List shall use the “Add Me to Interested Vendors” button. If a vendor would like to be removed from the Interested Vendors List, use the “Remove Me from Interested Vendors” button. It is the potential offeror’s responsibility to monitor this site for the release of any solicitation or synopsis.


Attachments/Links
Contact Information
Primary Point of Contact
Secondary Point of Contact
History

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >