Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MARCH 25,1999 PSA#2310

Naval Air Warfare Center TSD, Code 257, 12350 Research Parkway, Orlando FL 32826-3275

A -- COGNITIVE TASK ANALYSIS SOL N61339-99-Q-0076 DUE 041299 POC Brenda Rhodes, (407) 380-4306 WEB: 99-Q-0076, www.ntsc.navy.mil/contract/procure.htm. E-MAIL: Naval Air Warefare Center, rhodesbk@navair.navy.mil. 17. This is a combined synopsis/solicitation for commercial service prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. Solicitation No. N61339-99-Q-0076 is issued as a request for quotation and incorporates the provisions and clauses in effect through Federal Acquisition Circular 97-07. This solicitation is set-aside for small business. The SIC Code for this solicitation is 8999 with a dollar value of $5M. The following service is required: Integration of Theory and Delineation of Key Variables for Cognitive Task Analysis as per the following statement of work. Statement of Work (SOW). Part 1. 1.0 BACKGROUND. A need exists to generate a more theoretical understanding of Cognitive Task Analysis (CTA), particularly for using CTA for instructional purposes, and to establish a theoretical framework to guide the selection and use of CTA for instructional system design. The following efforts are currently required: a broad sweep of applicable literature, an analysis of theories applicable to training and CTA, and a delineation of variables that impact the selection of CTA strategy for instructional purposes. A detailed review of specific knowledge elicitation methods is not needed at this time. Part 2. 2.0 REQUIREMENTS. 2.1 Integrate Literature Relating to CTA. The contractor shall integrate theories relating to training and CTA.. 2.1.1 The contractor shall review and integrate major cognitive theories relating to training and shall review the implications for CTA techniques and knowledge representation. This effort shall include information processing models (e.g., Wickens), skill acquisition (e.g., Ackerman), and learning (e.g., Anderson). Consideration shall be given by the contractor to how these theories may or may not influence the different steps in conducting a CTA. 2.1.2 The contractor shall review major instructional theories (e.g., Gagne & Briggs, 1979) and lay out the implications for CTA techniques and knowledge representation. Consideration shall be given by the contractor to show how these theories may or may not influence the different steps in conducting a CTA . 2.2 Analyze Variables in the Training Literature that have implications for the CTA process. The contractor shall review and provide what information is needed from a CTA for the purpose of training design, which techniques get there, and how to represent the data obtained. Issues to be addressed include instructional strategy, feedback, performance measurement, learning outcomes, and other training variables. 2.3 Perform Analysis of Required Steps for Performing a Theoretically Based and Comprehensive CTA. In communication via telephone and email with NAWCTSD personnel, the contractor shall analyze the task of performing a CTA. 2.3.1 Based on current research, the contractor shall delineate the step-by-step processes for conducting a CTA. For each step, the contractor shall provide the scientific justification and rationale, and provide any evidence that each step is effective. 2.3.2 The contractor shall identify the Knowledges, Skills and Abilities (KSAs) required to perform a CTA. The contractor shall identify which KSAs are required for which steps. 2.4 Integrate Findings and Develop Framework. The contractor shall integrate the findings of Tasks 2.1. through 2.3 into a framework which delineates the relationships among the constructs and variables. The framework shall delineate a methodology and criteria for the selection of CTA strategies for instructional purposes. Part 3. 3.0 DELIVERABLES. 3.1 Contractor Progress, Status, and Management Report. The contractor shall prepare and submit monthly Contractors Progress, Status, and Management Report. Submission shall be due the 15th of the month beginning with the second month after contract award through the end of the contract. Copies shall be distributed as follows: NAWCTSD (B. Blickensderfer, Code 4961), one copy; NAWCTSD (PCO, Code 25724), one copy. The Government shall have 30 days for review and acceptance/rejection. Acceptance of any progress report which includes information concerning suggested changes in contract requirements/standards/specifications does not constitute Government agreement to those changes; only the Contracting Officer can make such changes. 3.2 Final Report. The contractor shall prepare and submit a report detailing the findings in Tasks 2.1 through 2.4. This report shall include a framework that will enable CTA users to understand the theoretical underpinnings of the CTA process and a methodology that will help them to select a CTA strategy useful for their specific instructional purpose. Contractor format is acceptable. Submission shall be due seven (7) months after contract award. Copies shall be distributed as follows: NAWCTSD (B. Blickensderfer, Code 4961), three paper copies, one electronic copy; NAWCTSD (PCO, Code 25724), cover letter only. The electronic copy shall be submitted on a 3 1/2" disk in an electronic format that is compatible with Microsoft Word 7.0 or higher for Windows. The Government shall have 30 days for review and acceptance/rejection. END OF STATEMENT OF WORK. The following FAR provisions and clauses apply to this acquisition. 52.212-1, 52.212-2, 52-212-3, 52.212-4, 52.212-5, and 252-212-7001. The following evaluation criteria shall be used as addenda to FAR 52.212-2(a): The contract resulting from this Request for Quotation (RFQ) will be awarded to that responsible offeror whose quote, conforming to the RFQ, is determined most advantageous to the Government, price and other factors considered. Those that provide the preferred qualifications will receive higher ratings. The evaluation factors listed below are in descending order of importance: (1) Personnel; (2) Past Performance; and (3) Price. Although price is the less important evaluation factor, it is important and should not be ignored. The degree of its importance will increase with thedegree of equality of the proposals in relation to personnel qualifications and past performance, or when it is so significantly high as to diminish the value of the superiority of the personnel or quality of the past performance to the Government. Personnel. Resumes shall be provided for all proposed personnel. The contractor's team shall consist of personnel having the following qualifications, as a minimum. How the proposed personnel meet the qualifications must be addressed separately and in detail. Qualifications can be concurrent for individual personnel; i.e., it is possible for a single person to meet all six (6) qualification requirements. 1. At least one member who has obtained a Ph.D. in psychology with a major emphasis in industrial/organizational behavior, experimental methods, and/or cognition. 2. At least one member who has served as a Principal Investigator in conducting research on cognitive task analysis (CTA). Performance with Government laboratories is preferred. 3. At least one member who has served as a Principal Investigator in conducting research on training, including the following: training needs analysis, training design, and training evaluation. Performance with Government laboratories is preferred. 4. At least one member who has served as a Principal Investigator in conducting research on cognition. Performance with Government laboratories is preferred. 5. At least one member who has published research in a technical report or journal article on the topic of training. A report on cognitive aspects of training is preferred. 6. At least one member who has written a technical report or journal article on issues surrounding CTA. A report on CTA for training purposes is preferred. Past Performance. The offeror shall provide past performance information, to include recent (past two (2) years) and relevant contracts for the same or similar items and other references (including contract numbers, points of contact with telephone numbers and other relevant information). The Government reservesthe right to consider past performance data from a wide variety of sources both inside and outside the Federal Government. Price. Each offeror shall provide a labor cost breakdown, including direct and indirect rates. The following travel is anticipated: One (1) trip for three (3) days and two (2) people from the contractor's facility to Orlando, Florida. Other direct cost (ODCs) are not anticipated, but should be specifically identified if proposed. The following subparagraphs of FAR 52.212-5(b), apply: (1), (3), (6), (7), (8) and (9); 252.225-7001 and 252.225-7036. A completed copy of the following must be included with each quote: FAR 52.212-3, DFARS 252.212-7000 and DFARS 252.225-7035. See Note 1. Quotes are due NLT 4:00pm EST on 12 April 1999 and may be FAXED to (407) 380-4069 (ATTN: Brenda Rhodes). For information regarding this solicitation, contact Brenda Rhodes at (407) 380-4306. Posted 03/23/99 (W-SN311568). (0082)

Loren Data Corp. http://www.ld.com (SYN# 0003 19990325\A-0003.SOL)


A - Research and Development Index Page