SOLICITATION NOTICE
A -- OPTICAL PHYSICIST
- Notice Date
- 8/9/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541330
— Engineering Services
- Contracting Office
- N00259 NAVAL MEDICAL CENTER SAN DIEGO MATERIAL MANAGEMENT 34800 Bob Wilson Drive San Diego, CA
- ZIP Code
- 00000
- Solicitation Number
- N0025911T0438
- Response Due
- 8/26/2011
- Archive Date
- 9/30/2011
- Point of Contact
- Rey de Vera 619-532-5564
- Small Business Set-Aside
- N/A
- Description
- This is a combined solicitation/synopsis for commercial items, prepared in accordance with the format in FAR subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes only solicitation, quotations are being requested and a written solicitation will not be issued. The solicitation number, N00259-11-T-0438 is issued as a request for quotation (RFQ). The North American Industry Classification System (NAICS) Code for this acquisition is 541330; Size: 500. All interested bidders shall submit quotations electronically by email to reynaldo.devera@med.navy.mil or by facsimile at 619-532-5596, attention Rey de Vera. E-mail submissions are limited to 2MB. The submitter should confirm receipt of facsimile and email submissions. Quotations are due on or before 26 August 2011, 04:00PM Pacific Standard Time to be considered responsive. CLIN 0001 Non Personal Services for Optical Physicist QTY 12 Mo $________per month Period of Performance: 16 September 2011 through 15 September 2012 Contractor must be registered to the Central Contractor Registration (CCR) prior to award. The website address for CCR registration is www.ccr.gov Contractor MUST complete FAR 52.212-3, Offeror Representations and Certifications “ Commercial Items, when submitting a proposal. The website address is http://www.acquisition.gov. DELIVERY ADDRESS: Branch Medical Clinic, NTC, Bldg 624 Room 213, San Diego, CA 92106 The solicitation document and incorporated provisions and clauses are those in effect through FAC 2005-50 and DFARS Change Notice 20110304. This acquisition incorporates the following FAR clauses: 52.204-7 Central Contractor Registration (APR 2008) 52.212-1 Instruction to Offerors-Commercial Item (JUN 2008) 52.212-2 Evaluation-Commercial Items (JAN 1999) 52.212-3 Offeror Representations and Certification--Commercial Items (MAY 2011) 52.212-4 Contract Terms and Conditions--Commercial Items (JUN 2010) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items (MAY 2011) 52.219-28 Post Award Small Business Program Representative (APR 2009) 52.222-3 Convict Labor (JUN 2003) 52.222-19 Child Labor -- Cooperation with Authorities and Remedies (JUL 2010) 52.222-21 Prohibition of Segregated Facilities (FEB 1999) 52.222-26 Equal Opportunity (MAR 2007) 52.222.36 Affirmative Action for Workers with Disabilities (OCT 2010) 52.223-18 Contractor Policy to Ban Text Messaging while Driving (SEP 2010) 52.225-13 Restrictions on Certain Foreign Purchases (JUN 2008) 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (OCT 2003) 52.252-2 Clauses Incorporated By Reference (FEB 1998) 252.204-7003 Control of Government Personnel Work Product (APR1992) 252.204-7004 Alt A Central Contractor Registration (52.204-7) Alt A (SEP 2007) 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (APR 2007) 252.225-7001 Buy American Act and Balance of Payment Program (JAN 2009) 252.225-7002 Qualifying Country Sources As Subcontractors (APR 2003) 252.232-7003 Electronic Submission of Payment Requests (MAR 2008) All responsible sources may submit a quotation which shall be considered by the agency. Performance Based Statement of Work (PBSOW) Part 1: Description of Services Part 2: Performance Requirement Summary Table Part 3: Government Furnished Facility/Property Part 4: General Information Attachment 0001-Personal Qualifications Sheet “ Optical Physicist Attachment 0002-Privacy and Security of Protected Health Information Part 1 Description of Services Optical Physicist (PhD) Navy Refractive Surgery Center (NRSC), Naval Medical Center San Diego 1. Introduction. The contractor shall perform work as described in the Statement of Work (SOW) and shall consider the following: This performance based SOW specifies the analytical functions required to develop and validate objective methods and metrics for evaluating Quality of Vision (QoV) for aviators before and after refractive surgery. This requirement is to provide off-site research services in support of the Refractive Surgery Center, Naval Medical Center San Diego. This contract will be evaluated using performance management techniques and insight of Contractor performance rather than strict oversight. The ability to make decisions based on performance data analysis is the cornerstone of performance management. The Performance Based Statement of Work (PBSOW), Performance Requirement Summary Table (PRST), and Contractor developed metrics shall focus on desired outcomes and not interim process steps. Interim process metrics are delegated to the Contractor who shall manage the processes and practices used to achieve contract outcomes by a Contractor Quality Control Plan. Using an outcome focus provides the Contractor with the flexibility to continuously improve and innovate over the course of the contract as long as the critical outcomes expected are achieved at the specified intervals. Contracting has been chosen as a strategy to permit expansion of the capacity of DOD facilities by overcoming shortfalls in the numbers of support personnel. The services rendered by the Contractor are rendered in the capacity of an independent Contractor. The Contractor shall be solely responsible for any and all liability caused by the acts or omissions of its agents or employees. The Contractor shall not in any manner represent or infer that it is an instrumentality or agent of the United States Government. The Contractor shall recognize that the Commander, Naval Medical Center San Diego maintains administrative and operational responsibility for all activities within the Medical Treatment Facility (MTF) and may take such actions as necessary to preserve and maintain the integrity of the MTF, subject to the limitations prescribed by law and U.S. Navy Regulations. 1.1. Performance Based Statement of Work (PBSOW) This non-personal service contract is a true performance based contract in that: (i) States in the Performance Requirements Summary Table (Attachment 01) what needs to be done. (ii) The Performance Standards specify the outcomes and deliverables expected for and from these services; and (iii) the Measurement Technique in the Quality Assurance Surveillance Plan (QASP) states how performance will be assessed. 1.1.1. Scope of Work. The Contractor shall provide Optical Physicist (Ph.D.) who shall develop and validate new clinical and scientific test methods and metrics for the assessment of active-duty patients ™ Quality of Vision (QoV) and its impact on visual performance in actual and simulated environments. The contractor will also analyze the dependency of QoV on patient ™s pupil size and ocular aberrations, and will be responsible for summarizing scientific data in a format suitable for presentation and publication. 1.1.2. Hours of Services. The contractor shall manage a work schedule in such a manner as to complete all requirements, objectives, outcomes, and deliverables on time. The contractor will perform duties off-site (e.g., at the academic institution or work site of the contractor), without Government-furnished equipment or supplies, based on data supplied by the Navy Refractive Surgery Center (NRSC) San Diego, a component of the Navy Medical Center San Diego (NMCSD). 1.1.3. Research Support Services. 1.1.3.1. The contractor shall have primary responsibility for the development and validation of methods and metrics for evaluating the impact of vision qualities (aberrations, optical quality, and visual acuity) on visual performance in actual and simulated environments. 1.1.3.2. The methods/metrics must be capable of accurately assessing night symptoms, as well as detecting QoV differences in patients with equivalent visual acuities. 1.1.3.3. The methods/metrics will be used primarily to evaluate outcomes of refractive surgery, to include but are not limited to photorefractive keratectomy (PRK) and laser in-situ keratomeliusis (LASIK). 1.1.3.4. The contractor will also prepare comprehensive reports which detail the vision tests, methods, QoV metrics, and full data analyses. 1.1.3.5. All requirements shall be completed by the conclusion of the contract period. 1.2. Functions to be performed: 1.2.1. Primary responsibility for the development and validation of methods and metrics for evaluating the impact of vision qualities (aberrations, optical quality, and visual acuity) on visual performance in actual and simulated environments. NMLC General Counsel (Code 00L) 7/27/2011 œSpecifying a completion date for Function 1.2.1 is recommended. 1.2.1.1. Develop new methods and metrics for assessing the impact of Quality of Vision (QoV) on carrier landing grades of Naval Aviators by effectively separating aviator ™s experience from vision (i.e., optical aberrations/quality and visual acuity). 1.2.1.2. Develop new methods for determining the true optical aberrations in eyes of aviators, which include but are not limited to: (1) the determination of focus errors in eyes of aviators, and (2) the calculation of true aberrations in eyes at different visual conditions (i.e., photopic, mesopic, and scotopic). 1.2.1.3. Develop customized software/tools to enable a practical analysis of carrier landing grades using the abovementioned methods and metrics. Correlate carrier landing grades (day grades, night grades, overall grades) with individual aberrations (i.e., astigmatism, coma, trefoil, spherical aberrations, and high-order aberrations) at different pupil sizes (i.e., 2mm, 4 mm, 6 mm). 1.2.1.4. Estimate the focus error in at least 100 eyes of aviators and determine the true total optical aberrations in the eyes of Naval Aviators. 1.2.1.5. Correlate carrier landing grades (day grades, night grades, overall grades) with true total optical aberrations at different pupil sizes (2mm, 4 mm, 6 mm). 1.2.1.6. Correlate carrier landing scores (day grade, overall grades) with subjective Snellen acuity, mesopic acuity, and low contrast acuity. 1.2.1.7. Detail and report on the scientific and clinical significance of the newly developed methods and metrics for assessing carrier-landing grades. Findings of interest include, but are not limited to providing a definitive assessment of the impacts of vision (i.e., optical aberrations, retinal image quality, and visual acuity) on actual performance of Naval Aviators. 1.2.1.8. Validate the developed Quality of Vision (QoV) metrics against current clinical measurements of vision in subjects before and after refractive surgery; analyze meaningful changes in QoV before and after refractive surgeries; provide software tools that convert optical aberration data into developed QoV metrics; and predict visual performance (e.g., visual acuity, contrast sensitivity) from wavefront aberrometry data. 1.2.1.9. Analyze the dependency of Quality of Vision (QoV) on pupil size and higher-order ocular aberrations. 1.2.1.10. Participate as Technical Advisor in protocol development/design for clinical studies involving optical aberrations and Quality of Vision (QoV) metrics. 1.2.1.11. Be available to travel up to four times during the period of performance to provide support to NRSC staff at scientific conferences. 1.2.1.12. Interface remotely on a biweekly basis with NRSC San Diego doctors, technicians, and clinical researchers via telephone and/or teleconference/video teleconference calls. 1.2.1.13. Write at least two comprehensive reports, which detail the vision tests, methods, metrics, and analyses associated with these Quality of Vision (QoV) studies. Report(s) shall be of a quality equivalent to peer-reviewed, scientific journal publications. 1.2.2. Determine relationship between carrier landing grades and optical aberrations for Navy aviators through multi-variant analysis. 1.2.2.1. Perform multi-variant analysis with help from a statistician to determine relationship between carrier landing grades and optical aberrations according to the new insights gained in a recent analysis for the correlation between carrier landing grades and optical aberrations. 1.2.2.2. Determine interaction between learning and experience (total flight hours, number of landings, number of carrier landings) and optical aberrations (astigmatism, coma, spherical aberration, high-order aberrations) and their impacts on carrier landing grades (day grade, night grade). 1.2.2.3. Determine relationship between optical aberrations (defocus, astigmatism, coma, spherical aberration, high-order aberrations) and carrier landing grades (day grade, night grade) for inexperienced pilots. 1.2.2.4. Determine relationship between optical aberrations (defocus, astigmatism, coma, spherical aberration, high-order aberrations) and carrier landing grades (day grade, night grade) for experienced pilots. 1.2.2.5. Determine relationship between pilot experience (total flight hours, number of total landings, and number of carrier landings) and carrier landing grades for experienced and inexperienced pilots. 1.2.2.6. Determine interactions between optical aberrations (astigmatism, coma, spherical aberration) for their impacts on carrier landing grades (day grade, night grade). 1.2.2.7. Provide recommendations for screening, evaluating future and current aviators using the objectively measured optical aberrations. 1.2.2.8. FINAL REPORT IS DUE BY 31 MARCH 2012. This Report shall include analysis methods, quantitative conclusions, at least one manuscript for a peer-review publication. The Report shall be submitted to the NRSC Program Manager and Research Director. 1.2.3. Identify fundamental optical parameters to achieve superior acuity of navy aviators with wave front-guided LASIK. 1.2.3.1. Provide a statistical analysis of pre-operative (pre-op) best-corrected visual acuity, post-operative (post-op) uncorrected acuity, and post-op best-corrected acuity for a large population of navy aviators with a wave front-guided LASIK. 1.2.3.2. Determine changes in optical magnification for each eye from wearing a spectacle lens to a wave front-guided LASIK. 1.2.3.3. Separate impact of optical magnification and optical aberrations on subjective acuity for post-op eyes of navy aviators with a wave front-guided LASIK. 1.2.3.4. Determine key optical aberrations (defocus, astigmatism, coma, spherical aberration) for further improving procedures of wave front-guided LASIK. 1.2.3.5. Provide a statistical analysis uncorrected acuity, best corrected for post-op eyes in 1M, 3M and 6M with wave front-guided LASIK. 1.2.3.6. Identify optical aberrations that are important to long-term stability of subjective acuity for further improving wave front-guided LASIK. 1.2.3.7. FINAL REPORT IS DUE BY 1 SEPTEMBER 2012. This Report shall include details of analysis methods, quantitative conclusions, and the report can be turned into a manuscript for a peer-reviewed publication. The Report shall be submitted to the NRSC Program Manager and Research Director. 1.3. Contractor Quality Control (QC) 1.3.1. Provide Qualified Personnel. The Contractor and all Contractor personnel shall possess all licenses, permits, training and certifications required to perform the contract requirements. The Contractor shall provide curriculum vitae of all personnel proposed under this Contract. The individuals training and qualifications shall meet all contract requirements for the position in which they are working. Personnel Qualifications are listed under Part 1, Item 1.8.2 and in Attachment 0001 (Personal Qualifications Sheet- Optical Physicist, (Ph.D.)). 1.3.2. Quality of Services. The services specified in this work statement shall be performed in accordance with established principles and ethics of the clinical research profession. The Contractor shall comply with applicable provisions of law and the rules and regulations of all Governmental authorities. 1.3.3. The Contractor shall adhere to and comply with all Department of Navy (DON), Bureau of Medicine and Surgery (BUMED) and MTF Instructions and notices, which may be in effect during the term of the contract. To achieve these goals, the Contractor shall establish, submit for Government approval and implement a Quality Control (QC) Program, which is compatible with the MTF Quality Control Program. 1.3.4. The Contractor shall maintain a copy of this contract, and a current Contractor QC Program at all times. Contract employees shall read, be familiar with, and implement the contract, including the technical proposal, Quality Control Program, and any revisions thereto. 1.3.5. Outline of Responsibilities: The contractor shall establish a Quality Program that encompasses all aspects of the contract. Ensure that timely and effective corrective actions are obtained for all deficiencies identified by the Program and the Government. The Government will remotely evaluate the contractor ™s performance under this contract. When an observation indicates defective performance, the COR will inform the contractor. All deficiency responses shall include identification of the cause of the deficiency to preclude recurrence and an analysis of the quality program ™s effectiveness in the area of the deficiency. Develop and maintain a training program designed to ensure all contractor personnel are clearly aware of the contractual requirements and are current from the time of contract start and remain current on any changes throughout the life of the contract. Inspection, auditing, and testing shall be prescribed by clear, complete, and current instructions. The inspection instructions shall include the specific criteria for approval and rejection of services that shall be used in each inspection or audit. Checklists may be used for this purpose. The Contractor's inspection instructions shall be documented and shall be available for review, by the COR or KO, throughout the life of the contract. The Contractor shall notify the COR in writing of any changes to Contractors inspection instructions. Conduct special item inspections at the KO/COR, MTF Commander or designated representative ™s written request. Results of the inspection or audit shall be provided, in writing, in a timely manner. 1.3.5.1. The Quality Control inspection system shall satisfy the requirements in the Inspection Clause and the Performance Requirement Summary Table (PRST) of the Contract. It shall be designed to keep the Contractor informed of all issues affecting quality. The records of inspections shall indicate the nature and number of observations made; the number and type of deficiencies found and the nature of corrective action taken as appropriate. Records will be available to the COR and shall be maintained during the contract life. 1.3.5.2. Quality Control Matrices/Technical Progress Reports: the Contractor shall electronically submit via email to the Contracting Officer and COR, each 30-day period during the life of this contract, a copy of QC matrices for each PRST item. Metrics must verify whether the performance standards in the PRST have been met. The Contractor shall also provide via email, technical reports describing progress of the program to date, noting all technical areas in which effort is being directed and indicating the status of work within these areas. These emailed reports shall also be available to the COR and shall include as a minimum: 1.3.5.2.1. A quantitative description of overall progress and applicable supporting data, as necessary, and in sufficient detail to comprehensively explain progress to date. 1.3.5.2.2. An indication of any current problems which may impede performance, and proposed corrective action, and 1.3.5.2.3. A discussion of the work to be performed during the next reporting period. 1.3.5.3. A monthly narrative report shall be provided to the COR via e-mail. The reports shall be delivered not later than five calendar days after the end of the month being reported. 1.4. NMCSD Safety Program and Safety Training: N/A. Research work shall be performed at Contractor ™s location. 1.5. NMCSD OCCUPATIONAL HEALTH: N/A. Research work shall be performed at Contractor ™s location. 1.6. NMCSD ORIENTATION: N/A. Research work shall be performed at Contractor ™s location. 1.7. RESEARCH EQUIPMENT INVENTORY: N/A. Research work shall be performed utilizing Contractor owned and operated equipment. 1.8. PERSONNEL QUALIFICATIONS. 1.8.1 General. 1.8.1.1. The Contractor shall ensure that employees providing services under this contract are able to read, write, and speak English fluently in order to effectively communicate with all NRSC staff. 1.8.2. QUALIFICATIONS. Each contract worker shall possess the following minimum qualifications: 1.8.2.1. Doctorate Degree (PhD) in Physics, Optics or Vision Science from an accredited university. 1.8.2.2. Five years experience in research, development, test, and evaluation (RDT&E) within the field of ophthalmic wavefront technology, during the preceding ten years. 1.8.2.3. Two years experience in refractive surgery clinical studies during the preceding four years. 1.8.2.4. Primary (1st) author or co-author on at least three articles published in peer-reviewed scientific journals or as military technical reports within the field of ophthalmic wavefront technology research. Copies of published articles shall be provided with the completed Personal Qualifications Sheet œOptical Physicist (Attachment 001). 1.8.2.5. Proficiency with computers and analytical software for programming, (e.g., MatLab, C++), word processing, graphic productions, database management, and statistical analysis (e.g., Statistica, Minitab, SAS, SPSS). 1.8.2.6. Provide three letters of reference written within the past six months attesting to the contract worker ™s experience and capability in the conduct of ophthalmic wavefront technology research. The letters must be from practicing ophthalmologists/optometrists, physicists, scientific program managers, or principal investigators who personally observed and evaluated the contract worker ™s RDT&E performance and can attest to their analytical and research competence. Letters must include the name, title, and telephone number, date of reference, address and signature of the individual providing the reference. 1.9. NMCSD PHYSICAL SECURITY: N/A. Research work shall be performed at Contractor ™s location. 1.10. The Contractor shall be responsible for payment of all wages and salaries, taxes, withholding payments, penalties, fees, fringe benefits, professional liability insurance premiums, contributions to insurance and pension or other deferred compensation plans including, but not limited to, Workers' Compensation and Social Security obligations, licensing fees, etc., and the filing of all necessary documents, forms and returns pertinent to all of the foregoing. The Contractor shall indemnify and hold the Government harmless from and against any and all claims by Contractor employees for the payment or filing of any of the foregoing compensation. The Contractor agrees to pay all applicable federal, State, and local income taxes, including any and all other Governmental fees, taxes, or expenses levied against it. Part 2 Performance Requirement Summary Table (PRST) Optical Physicist (PhD) 2. Performance Requirement Summary 2.1. The Performance Requirement Summary Table (PRST). The purpose of section is to define performance evaluation procedures. 2.1.1. The Performance Requirement (column 1) describes what the government will survey. The absence of any contract requirement from the PRST shall not detract from its enforceability nor limit the rights or remedies of the government under any other provision of this contract, including the clauses entitled, œInspection of Services and œDefault . The government has the right to inspect all services required in the contract. 2.1.2. The Contract reference for each listed requirement is set forth in column 2. 2.1.3. The Acceptable Quality Level for each requirement is set forth in column 3. 2.1.4. The Method of Surveillance for each requirement is set forth in column 4. 2.2. Government Quality Assurance. Contractor performance will be compared to the contract performance standards and the PRST. The government may use a variety of surveillance methods to evaluate the contractor ™s performance to determine if it meets the contract standards. The methods used on this contract are: 2.2.1. One hundred percent (100%) inspection of the output items. 2.2.2. Periodic inspection of the processes or output items. 2.2.3. Customer complaints. 2.3. Performance Evaluation. Performance of a service will be evaluated to determine whether or not it meets the performance threshold of the contract. When the performance threshold is not met a Contract Discrepancy Report (CDR) will be issued to the contractor by the contracting officer or if authorized by the COR. The contractor shall respond to the CDR by completing the form and returning it to the contracting officer within 5 calendar days of receipt. 2.4. Performance Requirement Summary Table (PRST) Performance RequirementParagraph NumbersAcceptable Quality Level Surveillance Method Primary responsibility for the development and validation of methods and metrics for evaluating the impact of vision qualities (aberrations, optical quality, and visual acuity) on visual performance in actual and simulated environments. 1.2.1. 100% Periodic Inspection and Customer Complaints Develop new methods and metrics for assessing the impact of Quality of Vision (QoV) on carrier landing grades of Naval Aviators by effectively separating aviator ™s experience from vision (i.e., optical aberrations/quality and visual acuity). 2.1.1 100% Periodic Inspection and Customer Complaints Develop new methods for determining the true optical aberrations in eyes of aviators, which include but are not limited to: (1) the determination of focus errors in eyes of aviators, and (2) the calculation of true aberrations in eyes at different visual conditions (i.e., photopic, mesopic, and scotopic). 1.2.1.2. 100% Periodic Inspection and Customer Complaints Develop customized software/tools to enable a practical analysis of carrier landing grades using the abovementioned methods and metrics. Correlate carrier landing grades (day grades, night grades, overall grades) with individual aberrations (i.e., astigmatism, coma, trefoil, spherical aberrations, and high-order aberrations) at different pupil sizes (i.e., 2mm, 4 mm, 6 mm). 1.2.1.3. 100% Periodic Inspection and Customer Complaints Estimate the focus error in at least 100 eyes of aviators and determine the true total optical aberrations in the eyes of Naval Aviators. 1.2.1.4 100% Periodic Inspection and Customer Complaints Correlate carrier landing grades (day grades, night grades, overall grades) with true total optical aberrations at different pupil sizes (2mm, 4 mm, 6 mm). 1.2.1.5. 100% Periodic Inspection and Customer Complaints Correlate carrier landing scores (day grade, overall grades) with subjective Snellen acuity, mesopic acuity, and low contrast acuity. 1.2.1.6. 100% Periodic Inspection and Customer Complaints Detail and report on the scientific and clinical significance of the newly developed methods and metrics for assessing carrier-landing grades. Findings of interest include, but are not limited to providing a definitive assessment of the impacts of vision (i.e., optical aberrations, retinal image quality, and visual acuity) on actual performance of Naval Aviators. 1.2.1.7. 100% Periodic Inspection and Customer Complaints Validate the developed Quality of Vision (QoV) metrics against current clinical measurements of vision in subjects before and after refractive surgery; analyze meaningful changes in QoV before and after refractive surgeries; provide software tools that convert optical aberration data into developed QoV metrics; and predict visual performance (e.g., visual acuity, contrast sensitivity) from wavefront aberrometry data. 1.2.1.8. 100% Periodic Inspection and Customer Complaints Analyze the dependency of Quality of Vision (QoV) on pupil size and higher-order ocular aberrations. 1.2.1.9. 100% Periodic Inspection and Customer Complaints Participate as Technical Advisor in protocol development/design for clinical studies involving optical aberrations and Quality of Vision (QoV) metrics. 1.2.1.10. 100% Periodic Inspection and Customer Complaints Be available to travel up to four times during the period of performance to provide support to NRSC staff at scientific conferences. 1.2.1.11. 100% Periodic Inspection and Customer Complaints Interface remotely on a biweekly basis with NRSC San Diego doctors, technicians, and clinical researchers via telephone and/or teleconference/video teleconference calls. 1.2.1.12. 100% Periodic Inspection and Customer Complaints Write at least two comprehensive reports, which detail the vision tests, methods, metrics, and analyses associated with these Quality of Vision (QoV) studies. Report(s) shall be of a quality equivalent to peer-reviewed, scientific journal publications. 1.2.1.13. 100% Periodic Inspection and Customer Complaints Determine relationship between carrier landing grades and optical aberrations for Navy aviators through multi-variant analysis. 1.2.2. 100% Periodic Inspection and Customer Complaints Perform multi-variant analysis with help from a statistician to determine relationship between carrier landing grades and optical aberrations according to the new insights gained in a recent analysis for the correlation between carrier landing grades and optical aberrations. 1.2.2.1. 100% Periodic Inspection and Customer Complaints Determine interaction between learning and experience (total flight hours, number of landings, number of carrier landings) and optical aberrations (astigmatism, coma, spherical aberration, high-order aberrations) and their impacts on carrier landing grades (day grade, night grade). 1.2.2.2. 100% Periodic Inspection and Customer Complaints Determine relationship between optical aberrations (defocus, astigmatism, coma, spherical aberration, high-order aberrations) and carrier landing grades (day grade, night grade) for inexperienced pilots. 1.2.2.3. 100% Periodic Inspection and Customer Complaints Determine relationship between optical aberrations (defocus, astigmatism, coma, spherical aberration, high-order aberrations) and carrier landing grades (day grade, night grade) for experienced pilots. 1.2.2.4. 100% Periodic Inspection and Customer Complaints Determine relationship between pilot experience (total flight hours, number of total landings, and number of carrier landings) and carrier landing grades for experienced and inexperienced pilots. 1.2.2.5. 100% Periodic Inspection and Customer Complaints Determine interactions between optical aberrations (astigmatism, coma, spherical aberration) for their impacts on carrier landing grades (day grade, night grade).
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/BUMED/N00259/N0025911T0438/listing.html)
- Record
- SN02526684-W 20110811/110809234949-42fbde009590660e4cec2ad5f4fc5d79 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |