Armstrong Flight Research Center Occupational Health Services
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
NASA Armstrong Flight Research Center (AFRC) is conducting a Sources Sought to identify potential sources for Occupational Health Services at its Edwards, CA, and Palmdale, CA facilities. This market research aims to determine the appropriate level of competition and potential small business set-asides. Responses are due January 30, 2026.
Scope of Work
The required services encompass comprehensive occupational health, divided into two main areas:
- Occupational Medicine: Includes on-site clinic operations, health education, wellness programs, various medical examinations (job certification, FAA, DOT), medical surveillance, illness/injury management, health promotion, infection control, and medical emergency response. Excluded services are Employee Assistance Program (EAP), workplace drug testing, workers' compensation case management, and environmental management.
- Environmental Health (EH): Focuses on anticipating, recognizing, evaluating, and controlling workplace health hazards. This involves hazard communication, control of hazardous substances (e.g., asbestos, heavy metals), industrial hygiene, health physics (radiation safety), respiratory protection, ergonomics, indoor air quality, and food safety. The contractor will also be responsible for specific staffing qualifications, operational hours for the Health Unit, reporting, and providing various training programs (CPR, First Aid, AED, EH).
Contract & Timeline
- Type: Sources Sought / Market Research
- Duration: Anticipated base year + four one-year option periods (total 5 years)
- Set-Aside: None specified (market research to determine potential set-asides for Small, 8(a), WOSB, SD-VOSB, EDWOSB, or HUBZone businesses)
- Response Due: January 30, 2026, 12:00 PM EST
- Published: January 16, 2026
Evaluation
Responses will be used for information and planning purposes only, to determine the appropriate level of competition and/or small business subcontracting goals. This is not a solicitation, and the government will not pay for information solicited.
Additional Notes
Interested firms should submit a capability statement of no more than 10 pages, detailing: company information (POCs, CAGE/DUNS, business demographic), past performance on similar contracts over the last three years, capabilities to meet requirements, comments/recommendations on incentive/performance criteria, and lessons learned from similar efforts. Firms should also advise if the requirement is considered a commercial or commercial-type product. Submissions must be electronic to Sarah DeRoche (sarah.a.deroche@nasa.gov), referencing 80AFRC26R0002.