MODIFICATION
A -- R&D in Human Performance Modeling and Assesment
- Notice Date
- 5/13/2010
- Notice Type
- Modification/Amendment
- NAICS
- 541712
— Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
- Contracting Office
- Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Training Systems Division, 12350 Research Parkway, Code 253, Orlando, Florida, 32826-3224
- ZIP Code
- 32826-3224
- Solicitation Number
- N61339-10-R-0020
- Point of Contact
- Ileana Cintron, Phone: (407) 380-4093, Matthew S Fehl, Phone: 407-380-4251
- E-Mail Address
-
ileana.cintron@navy.mil, matthew.fehl@navy.mil
(ileana.cintron@navy.mil, matthew.fehl@navy.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- --THE ISSUANCE OF THE REQUEST FOR SOLICITATION HAS BEEN DELAYED-- THIS IS A PRESOLICITATION NOTICE FOR NON-PERSONAL RESEARCH AND DEVELOPMENT (R&D) SERVICES, ANALYSES, STUDIES, AND ENGINEERING TO FACILITATE THE CUSTOMIZATION AND APPLICATION OF HUMAN PERFORMANCE MODELING AND ASSESMENT (HPM&A) METHODS, MEASURES, AND TECHNOLOGIES TO SATISFY NAVY MISSION AND TRAINING REQUIREMENTS. All upcoming postings for R&D of HPM&A will reference solicitation Number: N61339-10-R-0020. The acquisition strategy is to award a single contract within the requirements of North American Industry Classification system (NAICS) 541712 (size standard is 500 employees). The Government intends to utilize other than full and open competition by setting aside this award exclusively for Small Business Concerns, in accordance with FAR Part 19.5. This will be a competitive, negotiated acquisition with contract award based upon the best value trade-off analysis evaluation criteria stipulated in Section M of the forthcoming Request for Proposal (RFP). Selection of offers for award will be based on the evaluation of written proposals. The Government reserves the right to make a single award on initial offers without discussions or no award at all. The Government is using the negotiated source selection processes contained in FAR Part 15. The Government intends to award a basic contract with a five year ordering period with no options; the total value of this procurement is estimated at $7,000,000. The basic award will be an Indefinite Delivery Indefinite Quantity Contract (ID/IQC). The contract will have provisions for Cost Plus Fixed Fee (CPFF) and Firm Fixed Price (FFP) Task Orders. The formal release of the Request for Proposal (RFP) will be posted on or about August 12th, or at an earlier date. The RFP will be posted on the Federal Business Opportunities (FedBizOpps) website: https://www.fbo.gov. The RFP will remain open for about six weeks to allow offerors time to establish a team of highly qualified contractors possessing excellent business practices and technical capabilities in order to increase responsiveness and flexibility in meeting customer needs. Please be advised that periodic access of this website is essential for obtaining updated documentation and the latest information regarding this procurement. In addition, the RFP will also be available for downloading on the NAWCTSD Business Opportunities website at http://nawctsd.navair.navy.mil/EBusiness/BusOps. No paper copies of the solicitation will be available. All documents and future solicitation information will be available for download via the websites listed above. The Government intends to award this contract by the end of January 2011. Interested parties are encouraged to submit questions/comments relative to the HPM&A requirements to Ms. Ileana Cintron, Contract Specialist, Phone (407)380-4093, email ileana.cintron@navy.mil. The Contracting Officer, Mr. Matthew Fehl, may be contacted by email at matthew.fehl@navy.mil or by telephone at (407)380-4251. Collect calls will not be accepted. Foreign participation is not permitted. The RFP when issued will contain sample tasks representative of the stated research areas. No draft documents will be posted at this time since all known information is included in this synopsis. Accordingly, there will be no Industry Day scheduled prior to the release of the RFP. It is federally mandated that all government contractors must be registered in Central Contractor Registration (CCR) prior to receiving an award. You may access CCR via the following URL: https://www.bpn.gov. In addition, government contractors are required to use the Online Representation and Certifications Application (ORCA). ORCA is a web-based system that centralizes and standardizes the collection, storage and viewing of many of the FAR required representations and certifications previously found in Solicitations. ORCA vendors now have the ability to enter and maintain their representation and certification information, at their convenience, via the website listed above. Vendors will need to review and/or update the ORCA record when changes are necessary; annually to maintain an active status. DESCRIPTION OF SERVICE AND WORK TO BE PERFORMED: The NAWCTSD goals and objectives are to acquire the capability to perform R&D services, analyses, studies, and engineering to facilitate the customization and application of HPM&A methods and technologies including those listed below. a. Developing appropriate human performance measures for established Human Systems Integration (HSI) requirements, b. Developing innovative human performance modeling methods and measures, c. Determining and developing appropriate verification and validation methods for human performance modeling and measurement, d. Developing after action review and debrief technologies, e. Designing, developing, or selecting the appropriate hardware and software tools to support modeling, measurement and evaluation of human performance, including automated performance measurement, f. Developing decision making tools and training strategies for adaptability in response to adversarial intent, g. Developing models of intelligent Semi-Automated Forces (SAFs), to include more realistic behavior, voice technology, and mixed SAF fidelity and control, h. Designing, developing and integrating SAF data in multiple domains, to include safety issues, and i. Developing rapid SAF scripting including scenario generation and development. The Contractor shall systematically model and measure human performance and track results. Human performance modeling analyzes underlying Knowledge, Skills, and Abilities (KSAs) to predict performance across a variety of systems and contexts. Human performance assessment includes the ability to accurately measure and analyze performance at different levels, including individual, team, unit (or multi-team), and organizational in multiple domains and across a variety of tasks, ranging from simple procedural skills to complex cognitive skills, such as decision-making and situational awareness. Human performance measurement is an integral part of performance modeling. SPECIFIC TECHNOLOGY CHALLENGES ASSOCIATED WITH THIS HPM&A R&D EFFORT INCLUDE: a. Identifying and validating performance measurement and automated performance measurement methods and models, b. Identifying and validating properties and moderators of human performance in the biological and social bands of human activity, c. Developing and validating algorithms and modeling approaches to capture human performance regularities, d. Applying Human Performance Models (HPMs) to simulation-based design, mission planning, and training, e. Developing models of fidelity, f. Advancing real-time processing and integration of HPMs, g. Building models of complex cultural behavior interactions across local, national or regional levels, h. Innovative predictive modeling for strategic behavioral prototyping, and i. Researching and developing testing techniques to identify strengths and weaknesses of proposed hardware and software systems and to identify software errors and deficiencies, and usability concerns. REQUIRED CAPABILITIES: The contractor shall have the capability to analyze, design, develop, produce, modify, test, deliver, install, and sustain any service, product, device, or system required to customize and apply HPM&A methods and technologies to satisfy Navy systems engineering, acquisition, and mission simulation and training requirements. The contractor shall also employ the same capabilities to overcome the HPM&A technology challenges described above. The contractor shall also define and manage a flexible, executable management approach that takes full advantage of acquisition streamlining and reform initiatives. In addition, the contractor shall maintain the capability to respond rapidly to a DO/TO Request for Proposal (RFP) with a written proposal and to user requirements as defined by each specific order. The contractor shall also establish and maintain rapid response processes and procedures to execute quick reaction requirements upon award of an order. The following sections provide the scope of HPM&A tasks the contractor shall perform when required by individual DO/TOs. These tasks shall include, but are not limited to, the following: a. Innovative predictive modeling for strategic behavioral prototyping b. Identify and validate properties and moderators of human performance in the biological and social bands of human activity c. Application of human performance models to simulation-based design, mission planning, and training d. Advance real-time processing and integration of HPMs e. Multifunctional scenario development f. Planning and execution of human performance assessment activities g. Scientific research of emerging HPM&A technologies h. Research and development systems engineering i. HSI design support tools j. Usability assessments k. Performance measurement
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N61339/N61339-10-R-0020/listing.html)
- Place of Performance
- Address: Naval AIr Warfare Center (NAWC) Training Systems Division (TSD), 12350 Research Parkway, Orlando, Florida, 32826, United States
- Zip Code: 32826
- Zip Code: 32826
- Record
- SN02149533-W 20100515/100513235824-d02c79da93f2620095061bfc615c9691 (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 |