Search Contract Opportunities

Joint Safety Health Institutional Facilities Team (JSHIFT) 80LARC25R7001   5

ID: 80LARC25R7001_JSHIFT • Type: Solicitation • Match:  95%
Opportunity Assistant

Hello! Please let me know your questions about this opportunity. I will answer based on the available opportunity documents.

Please sign-in to link federal registration and award history to assistant. Sign in to upload a capability statement or catalogue for your company

Some suggestions:
Please summarize the work to be completed under this opportunity
Do the documents mention an incumbent contractor?
Does this solicitation list any subcontracting requirements?
I'd like to anonymously submit a question to the procurement officer(s)
Loading

Description

Posted: June 10, 2025, 10:41 p.m. EDT

Amendment 00003:

The purpose of this amendment is to provide questions and answers received to date on the RFP. As a result, the RFP is being revised as indicated on the SF30 Amendment 00003. All chnages are highlighted in yellow within the RFP SF33, attachments, and exhibits. The following attachments/exhibits have been updated and marked Rev 1 or New:

Attachment 2, Past Performance Questionnaire PPQ Rev 1

Attachment 3, Historicial Info Rev1

Attachment 4, Excel Pricing Model (EPM) Rev 1

Attachment 10, RFP Questions and Answers "New"

Exhibit A, PWS Rev 1

Exhibit B, DRD Rev 1

Exhibit C, IDIQ Schedule of Rates Rev 1

Exhibit D, IAGP Rev 1

Exhibit E, WD "New"

--------------------------------------Update---------------------------------------------

Amendment 00002:

The purpose of this amendment is to update the proposal due date stated in Block 9 on the SF 33 from 6/06/2025 to 6/20/2025 at 2:00 PM EST. An updated SF33 is provided as an attachment for ease of amendment acknowledgment . A subsequent amendment will follow responding to questions received to date to the solicitation which are currently under review.

--------------------------------------Update-----------------------------------------------

Amendment 00001:

The purpose of this amendment is to update the proposal due date stated in Block 9 on the SF 33 from 5/22/2025 to 6/06/2025 at 2:00 PM EST. An updated SF33 is provided as an attachment for ease of amendment acknowledgment . A subsequent amendment will follow responding to questions received to date to the solicitation.

--------------------------------------Update-----------------------------------------------

You are invited to submit a proposal in response to the National Aeronautics and Space Administration (NASA) Langley Research Center (LaRC) Joint Safety Health Institutional Facilities Team (JSHIFT) solicitation. The principal purpose of this requirement is to provide Institutional Occupational Safety and Occupational Health services for the Goddard Space Flight Center (GSFC), Lyndon B. Johnson Space Center (JSC), and Langley Research Center (LaRC). The contractor shall provide all necessary management, personnel, equipment, facilities, materials, supplies, and services, except as otherwise noted, to effectively perform the services as described in Exhibit A- Performance Work Statement (PWS).

NASA will conduct this acquisition as an 8(a)-set-aside competition. The North American Industry Classification System (NAICS) code for this acquisition is 541690, Other Technical Engineering Services; under this NAICS code the small business size standard is $19 million.

This competitive acquisition will result in one contact award consisting of a Firm Fixed Price (FFP) two-year base core effort; each center having its own Contract Line Item Number (CLIN). The resulting award will also include a Cost-Plus Fixed Fee (CPFF) and FFP Indefinite Delivery/Indefinite Quantity (IDIQ) CLIN's for non-core support and three one-year options.

The anticipated contract award date is August 15, 2025, with a September 15, 2025, contract effective date.

All responsible sources may submit an offer which shall be considered by the agency. 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.

This RFP does not commit NASA Langley Research Center to pay any proposal preparation costs, nor does it obligate NASA Langley Research Center to procure or contract for these services. This request is not an authorization to proceed and does not authorize payment for any charges incurred by the offeror for performing any of the work called for in this solicitation.

Potential offerors should pay close attention to all solicitation instructions. Proposals submitted in response to this solicitation shall be due no later than June 06 2025, 2:00PM EST, unless otherwise extended by amendment to the solicitation. Proposals for this solicitation is required to be submitted through NASA's Enterprise File Sharing and Sync Box (EFSS Box) a FedRAMP Moderate certified platform. Potential offerors, especially those that have not previously submitted a proposal utilizing NASA's EFSS Box, are encouraged to review the solicitation instruction in L.15 of the RFP entitled Electronic Submission of Proposal - Proposal Marking and Delivery Through NASA's EFSS Box which provides instructions related to the submission of proposal via EFSS Box. Offerors are encouraged to check with their corporate IT staff to determine if there are firewall restrictions that would need to be addressed prior to the submission of proposal files through NASA's EFSS Box.

In accordance with NFS 1815.201(f), a Blackout Notice has been issued to NASA personnel. All inquiries/communications pertaining to this acquisition shall be directed only to the Contracting Officer listed below.

Any questions regarding this RFP should be submitted in writing electronically via email to larc-jshift@mail.nasa.gov on or before May 6, 2025, no later than 2:00pm (Eastern Time). Offerors are encouraged to submit questions as soon as possible for consideration.

Posted: June 4, 2025, 4:43 p.m. EDT
Posted: May 14, 2025, 5:13 p.m. EDT
Posted: April 22, 2025, 1:30 p.m. EDT
Background
The National Aeronautics and Space Administration (NASA) Langley Research Center (LaRC) is issuing a solicitation for the Joint Safety Health Institutional Facilities Team (JSHIFT). The primary goal of this contract is to provide Institutional Occupational Safety and Occupational Health services for the Goddard Space Flight Center (GSFC), Lyndon B. Johnson Space Center (JSC), and Langley Research Center (LaRC). The contractor will be responsible for all necessary management, personnel, equipment, facilities, materials, supplies, and services to effectively perform the services outlined in the Performance Work Statement (PWS). This acquisition is designated as an 8(a)-set-aside competition.

Work Details
The contractor shall implement, control, track, perform, and sustain all requirements of the PWS to support efforts at GSFC, JSC, and LaRC. Services include:
- Providing leadership to identify and manage risks creatively and cost-effectively.
- Conducting annual safety inspections and occasional non-routine support services at various NASA locations.
- Performing industrial hygiene consultation related to workplace exposure to hazardous agents.
- Managing a comprehensive Industrial Hygiene Program including maintaining procedures and record keeping.
- Conducting comprehensive baseline surveys of workplace operations to assess health hazards.
- Performing laboratory services necessary for industrial hygiene tasks.
The contractor will also interface with various NASA organizations including safety and health organizations, facility operations, mission operations, and emergency services.

Period of Performance
The contract will have a two-year base core effort with options for three additional one-year extensions.

Place of Performance
The primary performance locations include Goddard Space Flight Center in Greenbelt, Maryland; Johnson Space Center in Houston, Texas; and Langley Research Center in Hampton, Virginia. Additional support may be required at other NASA Centers or off-site locations.

Overview

Response Deadline
June 20, 2025, 2:00 p.m. EDT (original: May 22, 2025, 2:00 p.m. EDT) Past Due
Posted
April 22, 2025, 1:30 p.m. EDT (updated: June 10, 2025, 10:41 p.m. EDT)
Set Aside
8(a) (8A)
Place of Performance
Hampton, VA 23681 United States
Source

Current SBA Size Standard
$19 Million
Pricing
Fixed Price; Cost Plus Fixed Fee;
Est. Level of Competition
Average
Est. Value Range
Experimental
$50,000,000 - $150,000,000 (AI estimate)
Vehicle Type
Indefinite Delivery Contract
On 4/22/25 Langley Research Center issued Solicitation 80LARC25R7001_JSHIFT for Joint Safety Health Institutional Facilities Team (JSHIFT) 80LARC25R7001 due 6/20/25. The opportunity was issued with a 8(a) (8A) set aside with NAICS 541690 (SBA Size Standard $19 Million) and PSC R425.
Primary Contact
Name
Lisa Harvey   Profile
Phone
None

Secondary Contact

Name
Stacey Walker   Profile
Phone
None

Documents

Posted documents for Solicitation 80LARC25R7001_JSHIFT

Question & Answer

The AI Q&A Assistant has moved to the bottom right of the page

Opportunity Lifecycle

Procurement notices related to Solicitation 80LARC25R7001_JSHIFT

Award Notifications

Agency published notification of awards for Solicitation 80LARC25R7001_JSHIFT

Incumbent or Similar Awards

Contracts Similar to Solicitation 80LARC25R7001_JSHIFT

Potential Bidders and Partners

Awardees that have won contracts similar to Solicitation 80LARC25R7001_JSHIFT

Similar Active Opportunities

Open contract opportunities similar to Solicitation 80LARC25R7001_JSHIFT

Experts for Joint Safety Health Institutional Facilities Team (JSHIFT) 80LARC25R7001

Recommended subject matter experts available for hire

Additional Details

Source Agency Hierarchy
NATIONAL AERONAUTICS AND SPACE ADMINISTRATION > NATIONAL AERONAUTICS AND SPACE ADMINISTRATION > NASA LANGLEY RESEARCH CENTER
FPDS Organization Code
8000-LARC0
Source Organization Code
100173681
Last Updated
July 5, 2025
Last Updated By
stacey.n.walker@nasa.gov
Archive Date
July 5, 2025