Decompression Sickness Data Modeling (DSDM)
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
NASA Johnson Space Center is soliciting proposals for Decompression Sickness Data Modeling (DSDM) under RFQ 80JSC026Q0001. This Unrestricted opportunity seeks a model to accurately predict Spaceflight Decompression Sickness (DCS) risk for lunar and Mars exploration missions. Offers are due February 17, 2026, at 3:00 PM CST.
Scope of Work
The contractor will develop a model to predict Type I and Type II DCS risk, considering factors such as cabin/suit pressures, sex, fitness, body composition, hydration, diet, ambulation during EVA, temperature, and prebreathe protocols. The model must be compliant with NASA-STD-7009, quantify confidence and uncertainty of risk predictions, and be capable of running on an average office desktop computer, preferably offline. It will utilize a NASA-provided training dataset of approximately 1400 compiled exposures. NASA will retain ownership of the data and rights to the developed model. Remote work is acceptable.
Contract Details
- Contract Type: Firm Fixed Price
- NAICS Code: 541511 (Information Technology Professional Services) with a $40,000,000 size standard.
- Period of Performance: An 8-month base period for model development, followed by two 12-month option years for model performance improvement, additional input incorporation, dataset ingestion, user interface development, and demonstrations. A potential 6-month extension is also included.
- Place of Performance: Houston, TX, with remote work permitted.
Key Dates & Submission
- Questions Due: January 15, 2026, 3:00 PM CST. Submit electronically to Jadon Terry (jadon.b.terry@nasa.gov) and Katelyn Jaime (katelyn.r.jaime@nasa.gov).
- Offers Due: February 17, 2026, 3:00 PM CST. Submit electronically to the same contacts.
- Delivery (Base Period): No later than November 1, 2026.
- Submission Requirements: Include solicitation number, FOB destination, proposed delivery schedule, discount/payment terms, warranty, TIN, special commercial terms, and be signed by an authorized representative. Offerors are encouraged to use Standard Form 1449. Quotes must be valid for a minimum of 90 days.
Evaluation Criteria
Proposals will undergo a two-step evaluation:
- Meeting Key RFQ Requirements: Bidders must answer two specific "Yes/No" questions verbatim. Failure to answer "Yes" to both will result in elimination.
- Trade-Off: Compliant proposals will be evaluated based on three factors in descending order of importance:
- Technical Acceptability: Scientific and technical merit, relevance to RFQ objectives, and ability to develop an operationally-relevant product.
- Past Performance: Based on up to three customer references and other government sources.
- Price: Evaluated for reasonableness, unbalanced pricing, and completeness. Technical Acceptability and Past Performance combined are significantly more important than Price.
Additional Notes
This is a Full and Open Competition. The solicitation incorporates FAR and NFS clauses by reference, including those related to Rights in Data (FAR 52.227-14, NFS 1852.227-14). An Ombudsman is applicable. The latest Q&A clarifies that numerical probabilities for DCS risk are preferred, and an example trial dataset is not provided for proposal development.