Decompression Sickness Data Modeling (DSDM)
ID: 80JSC026Q0001Type: Combined Synopsis/Solicitation
Overview

Buyer

NATIONAL AERONAUTICS AND SPACE ADMINISTRATIONNATIONAL AERONAUTICS AND SPACE ADMINISTRATIONNASA JOHNSON SPACE CENTERHOUSTON, TX, 77058, USA

NAICS

Custom Computer Programming Services (541511)

PSC

ENVIRONMENTAL CHAMBERS AND RELATED EQUIPMENT (6636)

Set Aside

No Set aside used (NONE)
Timeline
    Description

    NASA's Johnson Space Center is seeking proposals for the development of a Decompression Sickness Data Modeling (DSDM) system, aimed at accurately predicting the risk of Spaceflight Decompression Sickness (DCS) for lunar and Mars exploration missions. The selected contractor will create a predictive model utilizing retrospective data to enhance DCS risk mitigation strategies, which is critical for the safety and success of future space missions. The contract includes an eight-month base period with two optional 12-month extensions, and proposals are due by 3:00 PM CST on February 17, 2026. Interested offerors should direct inquiries to Jadon Terry or Katelyn Jaime via email, and ensure compliance with all submission requirements outlined in the solicitation documents.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines the evaluation instructions and criteria for Request for Quote (RFQ) 80JSC026Q0001, which seeks a commercial-off-the-shelf (COTS) Decompression Sickness Data Modeling System. The evaluation follows a two-step process. Step One involves an initial screening where quoters must confirm their submission is for a COTS system and does not contain sustaining licensing fees beyond the performance period. Failure to answer “Yes” to both questions results in elimination. Step Two is a trade-off evaluation based on three factors in descending order of importance: Technical Acceptability, Past Performance, and Price. Technical Acceptability assesses the scientific and technical merit, relevance to RFQ objectives, and ability to develop an operationally-relevant product, with ratings of Outstanding, Acceptable, or Unacceptable. Past Performance evaluates the quoter's experience through customer references and team qualifications, rated as Acceptable, Neutral, or Unacceptable. Price is evaluated for reasonableness, unbalanced pricing, and completeness, including options for additional modeling work. Technical Acceptability and Past Performance combined are significantly more important than Price, though Price's importance increases with the equality of technical and past performance quotes.
    Attachment C - Pricing Sheet (RFQ No. 80JSC026Q0001) is a critical component of a federal government Request for Quotation (RFQ), serving as a standardized template for offerors to submit their pricing. The document outlines a firm-fixed-price structure, requiring offerors to provide costs for a base year, two option years, and an additional six-month option to extend services, as per clause 52.217-8. The pricing for the six-month extension will be based on the rates from the last option year. Companies must fill in their company name, quote number, date, and all financial amounts. A key requirement is that all quotes must remain valid for a minimum of 90 days from the submission date.
    NASA requires a contractor to develop a predictive model for Spaceflight Decompression Sickness (DCS) risk in lunar and Mars exploration missions. This model, due within eight months, must accurately forecast both Type I and Type II DCS, considering various factors such as spacesuit pressures, crew demographics, fitness, body composition, hydration, diet, ambulation, temperature, prebreathe protocols, and repeated EVA exposures. The model must comply with NASA's Standard for Models and Simulations (NASA-STD-7009) and quantify confidence and uncertainty in its predictions. NASA will provide a training dataset and a separate validation dataset for masked assessment. Deliverables include the executable prediction tool, source code, a real-time validation test, a comprehensive final report with a user guide, dataset descriptions, compliance validation, limitations, lessons learned, and recommendations for DCS risk mitigation. NASA will retain ownership of all data and the developed model. The project aims to improve DCS risk mitigation strategies, conserve resources, and enhance mission objectives, addressing the limitations of current models, especially for partial gravity and multiple EVA scenarios.
    This document outlines the evaluation instructions and criteria for Request for Quotation (RFQ) 80JSC026Q0001, focusing on a Decompression Sickness Data Modeling System. The evaluation follows a two-step process. Step One assesses key RFQ requirements: whether the quote is for a commercial-off-the-shelf system and if it excludes sustaining licensing fees beyond the performance period. A “No” response to either question leads to elimination. Step Two involves a trade-off evaluation based on three factors in descending order of importance: Technical Acceptability, Past Performance, and Price. Technical Acceptability evaluates scientific merit, relevance, and operational product development, assigning ratings of Outstanding, Acceptable, or Unacceptable. Past Performance assesses the bidder's history, requiring up to three customer references and team qualifications, rated as Acceptable, Neutral, or Unacceptable. Price is evaluated for reasonableness, unbalanced pricing, and completeness, considering the total evaluated price and a detailed pricing sheet, with price reasonableness determined through various analysis techniques.
    This government solicitation, 80JSC026Q0001, issued by NASA Johnson Space Center, is a request for proposals for "Decompression Sickness Data Modeling." The contract includes an 8-month base period and two 12-month option years for additional work. The solicitation outlines specific clauses and provisions, including FAR 52.212-1, 52.212-4, 52.212-3, and 52.212-5, covering instructions to offerors, contract terms, representations and certifications, and required statutory/executive order clauses. The evaluation criteria prioritize technical acceptability and past performance over price. Key requirements include compliance with various federal regulations on small business concerns, anti-kickback procedures, whistleblower rights, and prohibitions on contracting with certain entities or for specific telecommunications equipment.
    This document is an amendment to solicitation 80JSC026Q0001, issued by NASA Johnson Space Center, with an effective date of December 15, 2025. The amendment, number 0001, updates the solicitation by replacing "Attachment B - Evaluation Instructions and Criteria" and adding "Attachment C - Pricing Sheet." Offerors must acknowledge receipt of this amendment by the specified hour and date to prevent rejection of their offer. Changes to previously submitted offers are also permitted via letter or electronic communication prior to the opening hour and date. The amendment form, Standard Form 30, details the contract/order modification, administrative changes, and other modifications. The document also includes contact information for the Contract Specialist, Jadon B. Terry, and Katelyn Jaime, both from NASA. All other terms and conditions of the original solicitation remain unchanged.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Chamber Services for decompression sickness testing of CO2 countermeasures.
    National Aeronautics And Space Administration
    NASA's National Aeronautics and Space Administration (NASA) is seeking qualified vendors to provide chamber services for decompression sickness testing related to CO2 countermeasures, as outlined in solicitation number 80NSSC26920246Q-1. The primary objective of this procurement is to conduct hypobaric chamber testing to support the development of the Aerospace Estimation Tool for Hypobaric Exposure Risk (AETHER), which will investigate prebreathe strategies. This testing is crucial for ensuring the safety and effectiveness of aerospace operations involving hypobaric exposure. Interested vendors must submit their quotes referencing the tracking number in the subject line and can contact Shanna Patterson at shanna.l.patterson@nasa.gov for further inquiries. Please note that NASA does not accept payment by credit card.
    Chamber Services for decompression sickness testing of exercise countermeasures.
    National Aeronautics And Space Administration
    NASA's National Aeronautics and Space Administration (NASA) is seeking qualified vendors to provide hypobaric chamber services for decompression sickness testing related to exercise countermeasures. The procurement aims to support the development of the Aerospace Estimation Tool for Hypobaric Exposure Risk (AETHER), which involves recruiting subjects for experimental conditions simulating extravehicular activities (EVAs) to investigate the effects of exercise as a mitigation strategy for decompression sickness. This initiative is critical for informing future space vehicle and mission requirements, emphasizing the importance of safety and data quality in the testing process. Interested vendors must reference tracking number 80NSSC26920179Q-1 in their email submissions and direct inquiries to Shanna Patterson at shanna.l.patterson@nasa.gov, as the procurement is firm fixed price and requires strict adherence to specified protocols and operational standards.
    Dengue Mathematical Model
    Dept Of Defense
    The Department of Defense, through the Defense Health Agency (DHA), is seeking proposals for a specialized mathematical model focused on dengue research. This procurement aims to enhance understanding and management of dengue through advanced research and development in the physical, engineering, and life sciences. The selected contractor will be responsible for delivering a comprehensive model that supports health-related research and applied studies, which are critical for public health initiatives. Interested parties can reach out to Joshua Dean at joshua.r.dean2.civ@health.mil or Patrick Harris at patrick.k.harris11.civ@health.mil for further details regarding this opportunity.
    DEPLOYMENT SYSTEM WITH SPHERICAL ELECTRODES FOR SOUNDING ROCKETS
    National Aeronautics And Space Administration
    The National Aeronautics and Space Administration (NASA) Shared Services Center is seeking quotations for a "Deployment System with Spherical Electrodes for Sounding Rockets," specifically designed for analytical laboratory applications. This procurement is set aside for small businesses under the NAICS Code 334516, emphasizing the importance of innovative solutions in aerospace technology. Interested offerors must submit their quotes by December 18, 2025, at 3:00 p.m. CT, and direct any inquiries to Cody Guidry at cody.d.guidry@nasa.gov, ensuring compliance with SAM.gov registration requirements and other specified provisions.
    BROAD AGENCY ANNOUNCEMENT - BIOMEDICAL RESEARCH AND DIVING EQUIPMENT DEVELOPMENT
    Dept Of Defense
    The Department of Defense, specifically the Naval Sea Systems Command (NAVSEA), is soliciting proposals through a Broad Agency Announcement (BAA) for biomedical research and diving equipment development aimed at enhancing diver health, safety, and performance, as well as submarine escape and rescue capabilities. The primary objectives include improving diving equipment and biomedical aspects related to diver operations, with a focus on areas such as breathing gas supply, human performance, environmental protection, decompression, and submarine rescue strategies. This initiative is critical for advancing the safety and effectiveness of Navy personnel during underwater operations, with contracts typically averaging around $300,000 annually. Interested parties must submit pre-proposals by November 30, 2024, for FY26 funding, with full proposals due by February 28, 2025. For further inquiries, contact Lisa Grayum at lisa.m.grayum.civ@us.navy.mil or Daniel Kough at daniel.w.kough2.civ@us.navy.mil.
    CDS Sustainment FY32-37
    Dept Of Defense
    The Department of Defense, specifically the Naval Air Systems Command, intends to solicit and negotiate a sole-source contract with Lockheed Martin Aeronautics Company for the CDS Sustainment effort from FY32 to FY37. This contract will provide integrated sustainment support for the Joint Reprogramming Enterprise (JRE), which includes maintaining mission equipment, software tools, and support personnel across various reprogramming labs for the U.S. Air Force, Navy, Marine Corps, and international partners. The work is critical for ensuring the operational readiness and effectiveness of the F-35 aircraft, with the contract expected to span five years, commencing in 2032. Interested parties may submit capability statements or proposals within 15 days of this notice, and inquiries can be directed to Austin Simoni at austin.simoni@jsf.mil or by phone at 757-803-4648.
    Research Opportunities for International Space Station (ISS) Utilization
    National Aeronautics And Space Administration
    The National Aeronautics and Space Administration (NASA) is seeking proposals for research opportunities related to the utilization of the International Space Station (ISS). This initiative aims to enhance exploration technology demonstrations and National Lab utilization, as outlined in NASA Research Announcement (NRA) NNJ13ZBG001N, which remains open for submissions. The awarded contracts may vary in type, including commercial contracts, cooperative agreements, and grants, depending on the proposal's scope. Interested parties should contact Colleen Corbett or Audrey Montgomery for further information and are encouraged to monitor the NASA Solicitation and Proposal Integrated Review and Evaluation System (NSPIRES) for updates on submission deadlines and additional documents.
    Space Technology Research, Development, Demonstration, and Infusion (SpaceTech REDDI-2026)
    National Aeronautics And Space Administration
    The National Aeronautics and Space Administration (NASA) Headquarters is set to release a presolicitation for the "Space Technology Research, Development, Demonstration, and Infusion-2026 (SpaceTech-REDDI-2026)" initiative around December 9, 2025. This opportunity aims to solicit proposals through various Appendices under the Umbrella NASA Research Announcement (NRA), focusing on advancing U.S. space technology innovation and competitiveness, while fostering economic growth within the expanding space economy. Interested parties are encouraged to monitor the NSPIRES website for updates and can submit inquiries to HQ-STMD-SpaceTech-REDDI@nasaprs.com, as the solicitation will remain open for one year with annual releases anticipated.
    COMPENSATOR, HYDRAULIC
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking proposals for the procurement of hydraulic compensators for E-2 and C-2 aircrafts. The contract, which is an Indefinite Quantity Contract, requires the delivery of 40 units over a five-year base period, with a delivery schedule of 228 days after receipt of order. These components are critical for aircraft operations, emphasizing the importance of reliability and performance in military applications. Interested vendors must submit a written proposal and complete the solicitation available on the DLA Internet Bid Board System (DIBBS) by the issue date of December 22, 2025. For further inquiries, contact Renee Griffin at renee.griffin@dla.mil or call 445-737-2040.
    Hydroponic/Aeroponic Nutrient Delivery In Volumetrically Efficient Garden (HANDIVEG)
    National Aeronautics And Space Administration
    NASA's National Aeronautics and Space Administration (NASA) is seeking to procure the Hydroponic/Aeroponic Nutrient Delivery In Volumetrically Efficient Garden (HANDIVEG) system, which is intended for use in growing space crops aboard the International Space Station (ISS) as part of a continuous crop production demonstration. The procurement involves the final design, documentation, fabrication, and delivery of flight-ready HANDIVEG hardware, which will integrate with NASA’s Ohalo III test rig. This technology, initially developed by Sierra Space Corp (SSC) under a NASA Research Grant, requires specialized expertise that SSC possesses, making them the only responsible source for this contract. Interested organizations may submit their capabilities and qualifications to Tammy Clark at tammy.k.clark@nasa.gov by 2:00 PM ET on December 31, 2025, for consideration in determining whether to conduct a competitive acquisition process.