Press Release

NASA Training and Culture Issues for Long Duration Exploration Mission Training

By SpaceRef Editor
September 17, 2013
Filed under , , ,

Synopsis/Solicitation Combo – Sep 16, 2013

General Information

    Solicitation Number: NNJ13487740R

    Posted Date: Sep 16, 2013

    FedBizOpps Posted Date: Sep 16, 2013

    Recovery and Reinvestment Act Action: No

    Original Response Date: Sep 20, 2013

    Current Response Date: Sep 20, 2013

    Classification Code: A — Research and Development

    NAICS Code: 611430

Contracting Office Address

NASA/Lyndon B. Johnson Space Center, Houston Texas, 77058-3696, Mail Code: BH

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 Proposal for Literature Review “Training and Culture” in Long Term Space Flight. The vendor shall be tasked with identifying the critical issues surrounding culture and its effect on team functioning, with a specific focus on team performance, along with identifying methods used to train individuals and teams to work in culturally diverse settings. The vendor shall evaluate optimal strategies in other industries with analogous populations and high fidelity environments to spaceflight missions. See Attachment 1 for the Statement of Work details.

http://procurement.jsc.nasa.gov/NNJ13487740R/SOW_Training_and_Culture_Original1.docx

The vendor shall have extensive experience in the study of cultural diversity, training and/or team culture as they relate to teams performing technical tasks. The vendor shall have published in top journals in the area of team cultural diversity, training and/or team culture. The vendor shall have published in top journals in the area. The vendor shall have experience investigating teams in multiple relevant venues including but not limited to, exploration environment, healthcare and military. Requirements include possessing one or more of the following; and h-index score of 20 or greater, a g-index score of 25 or greater, an hm-index score of 5 or greater, demonstrated scholarly impact in the top 50% of the field, a high government research rating, and/or a demonstrated track record of record of successful work on federal government grants or contracts.

The provisions and clauses in the RFP are those in effect through FAC 2005-69.

The NAICS Code and the small business size standard for this procurement are 611430 and $10.0M 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.

Delivery to Johnson Space Center is required within 5 days ARO. Delivery shall be FOB Destination.

Offers for the items(s) described above are due by September 20th to bindi.a.patel@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 (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: 52.222-3, 52.222-19, 52.222-21, 52.222-36, 52.225-1, 52.246-1.

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 Bindi Patel not later than September 19, 2013, Telephone questions will not be accepted. 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. 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.

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.

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/eps/bizops.cgi?gr=D&pin=73 .

Potential offerors will be responsible for downloading their own copy of this combination synopsis/solicitation and amendments.

Point of Contact

    Name:Bindi Patel

    Title:Contract Specialist

    Phone:281-792-7979

    Fax:281-483-4066

    Email:bindi.a.patel@nasa.gov

 

    Name:J. R. Carpentier

    Title:Contracting Officer

    Phone:281-244-7254

    Fax:281-244-5331

    Email: john.r.carpentier@nasa.gov

    

SpaceRef staff editor.