Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 14, 2013 FBO #4312
SOLICITATION NOTICE

A -- INDIVIDUAL GROWTH AND RESILIENCE

Notice Date
9/12/2013
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
NASA/Lyndon B. Johnson Space Center, Houston Texas, 77058-3696, Mail Code: BH
 
ZIP Code
00000
 
Solicitation Number
NNJ13487837Q
 
Response Due
10/1/2013
 
Archive Date
9/12/2014
 
Point of Contact
Cheryl D. Bass, Contract Specialist, Phone 281-483-3476, Fax 281-483-7890, Email cheryl.d.bass@nasa.gov - LaToy J. Jones, Contracting Officer, Phone 281-244-8023, Fax 281-483-4066, Email latoy.j.jones@nasa.gov
 
E-Mail Address
Cheryl D. Bass
(cheryl.d.bass@nasa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
This notice is a combined synopsis/solicitation 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 the only solicitation; offers are being requested and a written solicitation will not be issued. <p> This notice is being issued as a Request for Quotations (RFQ) for reviewing the literature on individual growth and resilience in long duration isolated and confined environments. The review will include consideration of current training methods and countermeasures applicable to the long duration research environment, as well as research recommendations. <p> Technical Qualifications: Extensive experience in the study of psychology specifically focusing on the understanding of individual growth and resilience. The vendor shall have published in top journals in the area. Additionally, the vendor shall have experience investigating individual growth and resilience strategies in multiple relevant venues including, but not limited to, isolated and confined environments, healthcare, and the military. The vendor does not need to send proof of qualifications unless requested for this information. <p> Background: The risk of adverse behavioral conditions and psychiatric disorders is one risk associated with long duration spaceflight. One key to addressing this risk is to understand the most effective methods to enhance behavioral health and prevent decrements before, during, and after spaceflight missions? (Bmed Gap 1) What individual characteristics predict successful adaptation and performance in an isolated, confined and extreme environment, especially for long duration missions? (Bmed Gap 5). One area of investigation that is needed is to understand predictors of individual growth and resilience, and then the countermeasures that will aid with resilience and growth. <p> A literature review and operational assessment to identify salient issues to Behavioral Health and Performance (BHP), shall serve as first steps. The literature review will summarize the current literature available on the primary characteristics of individuals that are most predictive of growth and resiliency in isolated and confined environments. The review will investigate the circumstances and mechanisms that contributed to their ability to overcome all odds. The review will include the search for the factors and major individual characteristics (e.g., personality), demographics, coping strategies, circumstances, and other general traits of growth and resilience. <p> Behavioral Health and Performance (BHP) would then like for the review to identify those characteristics of growth and resilience that are modifiable via training or countermeasures. If so, recommendations on how to pursue those avenues would be of added value. <p> Deliverables: Milestone 1: Lit Review Conduct literature review on individual growth and resilience in the long duration isolation environment found in spaceflight. Deliverables: -Interim Report including summary of literature review. -Provide bulleted update/status report on progress by telecon tag up -Hold telecon with BHP to discuss literature review findings <p> Milestone 2: Interim Report & Status Telecon Deliverables: -Interim Report including summary of evaluation of extant methods. -Provide bulleted update/status report on progress by telecon tag up -Hold telecon with BHP to discuss evaluation findings <p> Milestone 3: Operational Assessment Conduct an operational assessment to determine. The vendor will identify and schedule interviews with a list of experts (approximately 10 individuals) from different backgrounds (flight controllers, astronauts, mission planners, etc.). They shall be interviewed via telecon to help get a more complete and accurate representation of this issue. The vendor shall summarize the main points taken from recorded interviews. Deliverables: -One-page description of who the PI intends to interview, questions, and a high-level overview of the methodology/analyses (for Science Management Office). Note: this is required 6 weeks prior to interview start. -Interim Report including summary of operational assessment interviews -Provide bulleted update/status report on progress by telecon tag up Discuss outcomes of assessments with BHP via telecon <p> Milestone 3: Draft Report Create a draft of the final report. Deliverables: - Submit draft Final Report integrating conclusions of literature review, evaluation, and overview of objectives met. <p> Milestone 4: Final Report Create a final report. Deliverables: -Submit and present Final Report integrating conclusions of literature review, evaluation, and overview of objectives met. Final report must be written in APA format. -Final Report and telecon/WebEx with BHP discussing/summarizing report -Final report should contain a concise list of recommendations for NASA to consider. <p> The provisions and clauses in the RFQ are those in effect through FAC 2005-69. <p> This procurement is a total small business set-aside. <p> The NAICS Code and the small business size standard for this procurement are 541990 and 500 respectively. The offeror shall state in their offer their size status for this procurement. <p> All responsible sources may submit an offer which shall be considered by the agency. <p> All responsible sources may submit an offer which shall be considered by the agency. <p> Quotations are to be emailed to cheryl.d.bass@nasa.gov and latoy.j.jones@nasa.gov. <p> Offers for the items(s) described above are due by 2:30 p.m., October 1, 2013 and must include, solicitation number, FOB destination to this Center, proposed delivery schedule, discount/payment terms, warranty duration (if applicable), taxpayer identification number (TIN), identification of any special commercial terms, and be signed by an authorized company representative. Offerors are encouraged to use the Standard Form 1449, Solicitation/Contract/Order for Commercial Items form found at URL: http://server-mpo.arc.nasa.gov/Services/NEFS/NEFSHome.tml <p> Offerors shall provide the information required by FAR 52.212-1 (JUL 2013), Instructions to Offerors-Commercial Items, which is incorporated by reference. <p> If the end product(s) offered is other than domestic end product(s) as defined in the clause entitled 'Buy American Act -- Supplies,' the offeror shall so state and shall list the country of origin. <p> FAR 52.212-4 (JUL 2013), Contract Terms and Conditions-Commercial Items is applicable. <p> FAR 52.212-5 (Sept 2013), Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items is applicable and the following identified clauses are incorporated by reference: <p> 52.203-6, 52.209-6, 52.209-10, 52.219-4, 52.219-6, 52.219-8, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.223-18, 52.225-1, 52.225-2, 52.225-13, 52.232-33, 52.222-41, 52.222-42 <p> The FAR may be obtained via the Internet at URL: http://www.acquisition.gov/far/index.html <p> The NFS may be obtained via the Internet at URL: http://www.hq.nasa.gov/office/procurement/regs/nfstoc.htm <p> All contractual and technical questions must be in writing e-mail to cheryl.d.bass@nasa.gov and latoy.j.jones@nasa.gov not later than September 24, 2013. <p> FAR 15.101-2. Selection and award will be made to the lowest priced, technically acceptable offeror, with acceptable past performance. Technical acceptability will be determined by review of information submitted by the offeror which must provide a description in sufficient detail to show that the product offered meets the Government's requirement. <p> Selection and award will be made to that offeror whose offer will be most advantageous to the Government, with consideration given to the factors of proposed technical merit, price, and past performance. It is critical that offerors provide adequate detail to allow evaluation of their offer. (SEE FAR 52.212-1(b)). <p> Offerors must include completed copies of the provision at 52.212-3 (AUG 2013), Offeror Representations and Certifications - Commercial Items with their offer. These may be obtained via the internet at URL: http://rcb.cancer.gov/rcb-internet/SAP/52-212-3plusadd.pdf. These representations and certifications will be incorporated by reference in any resultant contract. <p> NASA Clause 1852.215-84 (NOV 2011), Ombudsman, is applicable. The Center Ombudsman for this acquisition can be found at http://prod.nais.nasa.gov/pub/pub_library/Omb.html. <p> Prospective offerors shall notify this office of their intent to submit an offer. It is the offeror's responsibility to monitor the following Internet site for the release of solicitation amendments (if any): http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=73. Potential offerors will be responsible for downloading their own copy of this combination synopsis/solicitation and amendments (if any). <p> Any referenced notes may be viewed at the following URLs linked below.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/JSC/OPDC20220/NNJ13487837Q/listing.html)
 
Record
SN03185507-W 20130914/130912235457-5d4aa16ebb4f6201f378a374d6ecf6a0 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.