Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 11, 2010 FBO #3182
SOURCES SOUGHT

B -- Cross Cultural Competence (3C) Support Study

Notice Date
8/9/2010
 
Notice Type
Sources Sought
 
NAICS
541720 — Research and Development in the Social Sciences and Humanities
 
Contracting Office
Department of the Air Force, Air Force Space Command, 45CONS (Bldg 423), 1201 Edward H White II St MS 7200, Patrick AFB, Florida, 32925-3238
 
ZIP Code
32925-3238
 
Solicitation Number
F3KTG30201A00
 
Archive Date
8/31/2010
 
Point of Contact
Jody G. Desormeaux, Phone: 3214947092
 
E-Mail Address
jody.desormeaux@patrick.af.mil
(jody.desormeaux@patrick.af.mil)
 
Small Business Set-Aside
N/A
 
Description
This market survey is being conducted to identify potential sources interested in providing services for cross cultural competence (3C) inventory, and conducting comprehensive 3C literature search and summarizing in an annotated bibliography in support of the Defense Equal Opportunity Management Institute (DEOMI) at Patrick Air Force Base, Florida. The 3C support contract will most likely include the following: Conduct exploratory research to identify and validate cross cultural competence (3C) measures using student pilots as subjects. Collect data from foreign and domestic students enrolled in an aviation training institute and taught by FAA Certified Flight Instructors. Evaluate validity of proposed 3C measures using modeling statistics, including Multiple Regression, Structural Equation Modeling, Exploratory Path Analysis, and Confirmatory Path Analysis as appropriate. Create and evaluate various methodologies for training 3C, including didactic lecture, interactive role playing, online avatar presentations, and others as appropriate. Develop 3C Distributed Training System based on training methodology research results. Evaluate the influence of various 3C training modalities on 3C acquisition. Evaluate influence of 3C acquisition on aviator skill acquisition and pilot competence. Provide proposed research plan for each phase of the project for review and approval. Provide monthly periodic updates on progress with research efforts. Summarize data collected at each phase of project in technical reports and briefs. Author and submit articles to peer-reviewed scientific journals for publication. This contract is anticipated to be awarded for one base year. Multiple awards are not anticipated. North American Industry Classification System (NAICS) Code and size standard is 541720/$7.0M. Firms responding to this sources sought notice must: (1) state whether they are a small or large business based on the size standard above; if applicable, identify subcontractors to be used and their anticipated responsibilities; (2) indicate all of the following small business status categories that apply: Small Disadvantaged (SDB), Woman-owned Small Business (WOSB), 8(a) firm, HUB Zone firm, Service-disabled Veteran-owned Small Business (SDVOB), Historically Black College and University or Minority Institution (HBCU/MI); (3) provide experience in the form of an outline of previous projects for specific relevant work completed or currently being performed of equivalent magnitude including contract numbers, description of work, points of contact, and phone numbers; professional qualifications and specific experience of personnel identified to perform the work; and (4) any other pertinent information which would enable the government to assess a firms capabilities. Because the government reserves the right to set this acquisition aside for small business, 8(a) firms, HUB Zone firms or Service-disabled Veteran-owned Small Business based on the responses it receives, it is imperative that firms respond with the required information for capabilities to be accurately evaluated. Capability statement inputs should be limited to ten (10) pages. The required response date for this announcement is no later than 16 August 2010. This source sought / synopsis is for planning purposes only and is NOT to be construed as a commitment by the Government, nor will the Government pay for information solicited hereunder. At this time, no solicitation exists. Submit all responses to this notice to the point of contact listed below.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/45CONSb423/F3KTG30201A00/listing.html)
 
Place of Performance
Address: Address:Off-site location of studies to be determined by contractor. DEOMI Location; Patrick Air Force Base, Florida., Patrick AFB, Florida, 32925, United States
Zip Code: 32925
 
Record
SN02234139-W 20100811/100809235544-d4cf894ac57335b3ffb79f6703c931a4 (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.