Armstrong Flight Research Center Occupational Health Services
Sources Sought from NATIONAL AERONAUTICS AND SPACE ADMINISTRATION • NATIONAL AERONAUTICS AND SPACE ADMINISTRATION. Place of performance: CA. Response deadline: Feb 15, 2026. Industry: NAICS 621999 • PSC Q533.
Market snapshot
Awarded-market signal for NAICS 621999 (last 12 months), benchmarked to sector 62.
Related hubs & trends
Navigate the lattice: hubs for browsing, trends for pricing signals.
Point of Contact
Agency & Office
More in NAICS 621999
Description
Source Sought Amendment 1
NASA/Armstrong Flight Research Center (AFRC) is requesting information from industry regarding potential organizational conflicts of interest (OCI) arising from the Occupational Health Services (OHS) contract.
The nature of the work anticipated under the OHS Contract may create the potential for OCI(s) as currently described in FAR Subpart 9.5, Organizational and Consultant Conflicts of Interest. Each interested party should review FAR Subpart 9.5 considering NASA’s anticipation of OCI issues and carefully consider the extent to which an OCI may arise before making the decision to compete for the OHS at AFRC.
If NASA has identified potential OCI issues, include the following language; otherwise, delete this content entirely.
You are requested to provide electronic responses via e-mail to the Contracting Officer listed at the end of this synopsis. Your response is requested by 12:00PM EST on February 15, 2026. 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 OHS 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 OHS contract that were not identified in this RFI (assuming any were identified)?
4. Does your company foresee any OCI issues associated with the OHS contract that would cause you to decide not to propose on the potential OHS RFP?
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 a mitigation strategy. NASA’s response is not intended to serve as a confirmation that, in fact, all potential OCI have been identified, 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 requirements 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 interest party elect to submit a proposal to an RFP for OHS. Subsequent initial OCI submission and NASA’s response, NASA will not consider further information as it relates to this RFI.
The documents on the NASA OHS acquisition 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. Any information submitted in response to this RFI that is marked as “Confidential Commercial or Financial Information” will be considered as voluntarily submitted in accordance with the Freedom of Information Act.
All questions should be directed to the point of contact identified below. In accordance with FAR 15.201(e), Exchanges With Industry Before Receipt OF Proposal, responses to this notice are not offers and cannot be accepted by NASA to form a binding contract. NASA is under no obligation to issue a solicitation or to award any contract based on this RFI. NASA will not pay for any information solicited under this RFI. No solicitation exists; therefore, do not request a copy of a solicitation. If a solicitation is released it will be synopsized on SAM.gov. It is the interested party’s responsibility to monitor this website for the release of any subsequent solicitation or synopsis.
Point of Contact
Name: Sarah DeRoche
Title: Contracting Officer
Email: sarah.a.deroche@nasa.gov
End of Sources Sought Amendment 1
NASA Armstrong Flight Research Center (AFRC) is hereby soliciting information from potential sources for Occupational Health Services.
The National Aeronautics and Space Administration (NASA) AFRC 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 Occupational Health Services. The Government reserves the right to consider a Small, 8(a), Women-owned (WOSB), Service-Disabled Veteran (SD-VOSB), Economically Disadvantaged Women-owned Small Business (EDWOSB) or HUBZone business set-aside based on responses received.
No solicitation exists; therefore, 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.
Interested firms having the required capabilities necessary to meet the above requirement described herein should submit a capability statement of no more than 10 pages indicating the ability to perform all aspects of the effort.
These pages shall consist of the following:
1. GENERAL INFORMATION: Briefly describe your company and the types of services performed. Please also include: the names, e-mail addresses, and phone numbers for any points of contacts (POCs), the company’s address, CAGE Code/DUNS number, and the type of business demographic that applies (i.e., small business, large business, women- owned).
2. PAST PERFORMANCE: The Offeror shall also provide contract information on similar contracts over the past three (3) years. This information shall include: the name of customer/agency, types of services provided, type of contract, total contract value, and whether the contractor was a prime or subcontract. If subcontract, please provide details regarding prime contract and your company’s role in supporting the prime contractor. In addition, please provide any examples about your company’s capabilities to quickly and efficiently staff to rapidly changing requirements.
3. CAPABILITIES: Information describing your company’s capabilities to meet the requirements contained in this Sources Sought Notice.
4. COMMENTS and RECOMMENDATIONS for the most effective incentive/performance criteria (if different from the current approach). Further, describe both risks and mitigations the Government should consider.
5. DESCRIPTION of programmatic, financial, technical, and administrative lessons learned from similar efforts in Occupational Health Services.
Please advise if the requirement is considered a commercial or commercial-type product. A commercial product and commercial service is defined in FAR 2.101, Definitions.
All responses shall be submitted electronically via email to Sarah DeRoche sarah.a.deroche@nasa.gov no later than 12:00pm EST January 30, 2026. Please reference 80AFRC26SS009 in any response.
This synopsis is for information and planning purposes only and is not to be construed as a commitment by the Government nor will the Government pay for information solicited. Respondents will not be notified of the results of the evaluation.
Files
Files size/type shown when available.
BidPulsar Analysis
A practical, capture-style breakdown of fit, requirements, risks, and next steps.
FAQ
How do I use the Market Snapshot?
It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.
Is the data live?
The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.
What do P10 and P90 mean?
P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.