MODIFICATION
66 -- Decompression Sickness Data Modeling (DSDM)
- Notice Date
- 12/12/2025 2:13:10 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541511
— Custom Computer Programming Services
- Contracting Office
- NASA JOHNSON SPACE CENTER HOUSTON TX 77058 USA
- ZIP Code
- 77058
- Solicitation Number
- 80JSC026Q0001
- Response Due
- 2/17/2026 1:00:00 PM
- Archive Date
- 03/04/2026
- Point of Contact
- Jadon Terry, Katelyn Jaime
- E-Mail Address
-
jadon.b.terry@nasa.gov, katelyn.r.jaime@nasa.gov
(jadon.b.terry@nasa.gov, katelyn.r.jaime@nasa.gov)
- Small Business Set-Aside
- NONE No Set aside used
- 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. This notice is being issued as a Request for Quote (RFQ) under solicitation number 80JSC026Q0001 for a model that allows for the accurate prediction of Spaceflight Decompression Sickness (DCS) risk based upon evidence from research studies and operational data sources. Using retrospective data, the goal is for the model to be used as an operationally-feasible, mission-relevant DCS risk prediction tool for lunar and Mars exploration. The provisions and clauses in the RFQ are those in effect through FAC (2025-06). The NAICS Code and Size Standard are 541511 and $40,000,000, respectively. The offeror shall state in their offer their size status for this acquisition. All responsible sources may submit an offer which shall be considered by the agency. Delivery to NASA is required no later than 11/01/2026. Delivery shall be free on board (FOB) Destination. Offers for the items(s) described above are due by 3:00 pm CST, February 17th, 2026 to jadon.b.terry@nasa.gov or katelyn.r.jaime@nasa.gov 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:https://www.gsa.gov/forms-library/solicitationcontractorder-commercial-items The following clauses and provisions are incorporated; full text of the clauses and provisions may be accessed electronically at: FAR - https://www.acquisition.gov/browse/index/far NFS - https://www.hq.nasa.gov/office/procurement/regs/NFS.pdf Offerors shall provide the information required by FAR 52.212-1, Instructions to Offerors-Commercial Items, (September 2023) which is incorporated by reference. FAR 52.212-2, Evaluation -- Commercial Items, (November 2021). The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors are in descending order of importance and shall be used to evaluate offers: Technical Acceptabillity, Past Performance, and Price 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 posting, in addition to any attached documents, will be available on www.Sam.gov. Potential offerors will be responsible for downloading their own copy of this combination synopsis/solicitation and amendments (if any). Prospective offerors are encouraged to notify this office of their intent to submit an offer. All contractual and technical questions must be submitted electronically via email to Jadon Terry (jadon.b.terry@nasa.gov) and Katelyn Jaime (katelyn.r.jaime@nasa.gov ) no later than February 17th, 2026 3:00 pm CST. Telephone questions will not be accepted. Responses to this combined synopsis/solicitation must be received via email no later than 3:00pm CST on February 17th, 2026. The Government is not responsible for any failure attributable to the transmission or receipt of documents submitted using electronic means, including the missing of any established deadlines. Failure to submit a complete electronic proposal by the due date and time specified for this RFQ shall result in the proposal being considered late, and shall be handled in accordance with (FAR 52.212-1 Instructions to Offerors - Commercial Items (Sep 2023.)
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/7fb9264b717446c39553b328ce3ba60f/view)
- Place of Performance
- Address: Houston, TX 77058, USA
- Zip Code: 77058
- Country: USA
- Zip Code: 77058
- Record
- SN07664660-F 20251214/251212230033 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |