Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 25, 2013 FBO #4323
SOLICITATION NOTICE

A -- PSYCHOLOGICAL AND SOCIAL WELL-BEING PERFORMANCE

Notice Date
9/23/2013
 
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
NNJ13486557Q
 
Response Due
9/27/2013
 
Archive Date
9/23/2014
 
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
N/A
 
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 Quotations (RFQ) for reviewing the literature on psychological and social well-being in long duration isolated and confined environments (e.g., military, healthcare, Antarctic research stations). Vendor shall provide recommendations for future research needed to inform selection, training, in-flight monitoring, mitigation and repatriation. Technical Requirements: The selected vendor shall have extensive experience in the study of psychology specifically focusing on the understanding of psychological and social well-being and various performance outcomes. The vendor shall have experience investigating psychological and social wellness strategies in multiple relevant venues including, but not limited to, isolated and confined environments, healthcare, and the military. The vendor shall have published in top journals in the field. Requirements include possessing one or more of the following, an h-index score of 18 or greater, or a high government research rating, or demonstrate a track record of work for federal government grants or contracts. Background: The risk of adverse behavioral conditions and psychiatric disorders is one of the top priority human health and performance risks associated with long duration spaceflight missions. We need to identify what individual characteristics predict successful adaptation and performance in an isolated, confined and extreme (ICE) environment, for long duration missions Behavioral Medicine (Bmed Gap 5). This information will be important to address another risk of understanding the most effective methods to enhance behavioral health and prevent decrements before, during, and after spaceflight missions Behavioral Medicine (Bmed Gap 1). An area of investigation that is needed is to understand the effects of psychological and social well-being on performance throughout long duration isolation and confined spaceflight missions. Future long duration missions are characterized by communication delays up to 44 minutes (2-way), extreme isolation and confinement (~2.5 years), and limited contingency provisions. While there is no standardized definition of well-being, there are specific trait-like factors of well-being that are related to behavioral health and performance in these missions. These include: mood, morale, social health (interactions with team family, others), sleep hygiene, attitude and outlook, self-esteem, mindfulness, conscientiousness, good citizenship, levels of stress, perceived control, and overall satisfaction. Behavioral Health and Performance (BHP) is interested in well-being in a broad sense, as well as medium-range focus of specific segments of life such as the job, family, health, leisure, and oneself (Warr, 2012). The purpose of the statement of work Statement of Work (SOW) is to evaluate the relationship (predictive validity) of well-being on performance, based on research in long duration isolation and confinement, and which factors are the most predictive of performance. In the long duration spaceflight environment, performance refers to task performance, teamwork, accomplishment of mission objectives, overall mission success, and individual performance goals. Additionally, this review will assess whether evidence is available documenting temporal fluctuations of well-being incidence over the course of a long duration isolation and confinement. The outcome will enable Behavioral Health and Performance(BHP) to target appropriate preventative interventions. The specific aims are: 1.A literature review to determine the set of well-being indicators relevant for exploration missions based on ICE and spaceflight literature. These should focus on psychological and social well-being measures (not physiological). These indicators should be related to performance outcomes (task performance, teamwork, accomplishment of mission objectives, overall mission success, individual performance goals, and individual adaptation) 2.Investigate which indicators of well-being are most likely to experience changes or fluctuations during different phases of a mission (e.g., early, mid, late mission). 3.To characterize the relationship between the individual indicators and performance outcomes (positive and negative performance outcomes) Questions to answer include: 1.Previous work has been done in this area. Is there sufficient evidence to consolidate findings into a meta-analysis? 2.If not, review the literature utilizing long duration ICE completed research studies to understand the issues as described above Of the well-being factors that have impacts on performance, this task will help BHP to identify those that are modifiable via training or countermeasures. If so, recommendations on how to pursue those avenues would be of added value. Deliverables: Milestone 1: Literature Review Conduct literature review on the effects of well-being on performance 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 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 and operational relevancy 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. 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 American Psychological Association (APA) format. -Final Report and telecon/WebEx with BHP discussing/summarizing report -If there are any recommendations, the final report should contain a concise list of them. Note:BHP shall review and provide feedback for the Interim Reports to the principal investigator (PI) within 10 days of submission. The criteria for review shall include the completeness of the plan to meet each of the SOW objectives and deliverables and the quality and likelihood of the proposed SOW achieving the stated deliverables on time and within budget. The provisions and clauses in the RFQ are those in effect through FAC 2005-69. 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. All responsible sources may submit an offer which shall be considered by the agency. Offers for the items(s) described above are due by 3:00 p.m., September 27, 2013, to cheryl.d.bass@nasa.gov and latoy.j.jones@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: http://server-mpo.arc.nasa.gov/Services/NEFS/NEFSHome.tml Offerors shall provide the information required by FAR 52.212-1 (JUL 2013), Instructions to Offerors-Commercial Items, which is incorporated by reference. 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. FAR 52.212-4 (JUL 2013), Contract Terms and Conditions-Commercial Items is applicable. FAR 52.212-5 (SEP 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: 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 The FAR may be obtained via the Internet at URL: http://www.acquisition.gov/far/index.html The NFS may be obtained via the Internet at URL: http://www.hq.nasa.gov/office/procurement/regs/nfstoc.htm All contractual and technical questions must be in writing (e-mail) to Cheryl Bass and LaToy Jones not later than September 25, 2013.Telephone questions will not be accepted. FAR 15.101-2. Selection and award will be made to the lowest priced, technically acceptable offeror. 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. 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)). Offerors must include completed copies of the provision at 52.212-3 (AUG 2013), Offeror Representations and Certifications - Commercial Items with their offer. The provision may be obtained via the internet at URL: http://farsite.hill.af.mil/reghtml/regs/far2afmcfars/fardfars/far/52_000.htm. These representations and certifications will be incorporated by reference in any resultant contract. 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. 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/nais/link_syp.cgi. Potential offerors will be responsible for downloading their own copy of this combination synopsis/solicitation and amendments (if any).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/JSC/OPDC20220/NNJ13486557Q/listing.html)
 
Record
SN03199493-W 20130925/130924000017-7801213488d9ca82c9ca81c88d8d2a76 (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.