Skip to content
NASA

Decompression Sickness Data Modeling (DSDM)

Solicitation: 80JSC026Q0001
Notice ID: b6d971edbb3749dfa6778196e0654a48
TypeCombined Synopsis SolicitationNAICS 541511PSC6636Set-AsideNONEDepartmentNASAStateTXPostedJan 26, 2026, 12:00 AM UTCDueFeb 17, 2026, 09:00 PM UTCExpired

Combined Synopsis Solicitation from NATIONAL AERONAUTICS AND SPACE ADMINISTRATION • NATIONAL AERONAUTICS AND SPACE ADMINISTRATION. Place of performance: TX. Response deadline: Feb 17, 2026. Industry: NAICS 541511 • PSC 6636.

Market snapshot

Awarded-market signal for NAICS 541511 (last 12 months), benchmarked to sector 54.

12-month awarded value
$11,289,427
Sector total $5,796,289,192,140 • Share 0.0%
Live
Median
$275,911
P10–P90
$275,911$275,911
Volatility
Stable0%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
0.0%
share
Momentum (last 3 vs prior 3 buckets)
+929%($9,289,427)
Deal sizing
$275,911 median
Use as a pricing centerline.
Live signal is computed from awarded notices already observed in the system.
Signals shown are descriptive of observed awards; not a forecast.

Related hubs & trends

Navigate the lattice: hubs for browsing, trends for pricing signals.

We write these bids →
Open on SAM.gov →
Map for TX
Live POP
Place of performance
Houston, Texas • 77058 United States
State: TX
Contracting office
Houston, TX • 77058 USA

Point of Contact

Name
Jadon Terry
Email
jadon.b.terry@nasa.gov
Phone
Not available
Name
Katelyn Jaime
Email
katelyn.r.jaime@nasa.gov
Phone
Not available

Agency & Office

Department
NATIONAL AERONAUTICS AND SPACE ADMINISTRATION
Agency
NATIONAL AERONAUTICS AND SPACE ADMINISTRATION
Subagency
NASA JOHNSON SPACE CENTER
Office
Not available
Contracting Office Address
Houston, TX
77058 USA

More in NAICS 541511

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 Quote (RFQ) under solicitation number 80JSC026Q0001 for a model that allows for the accurate prediction of Spaceflight Decompression Sickness (DCS) risk based upon evidence from research studies and operational data sources.  Using retrospective data, the goal is for the model to be used as an operationally-feasible, mission-relevant DCS risk prediction tool for lunar and Mars exploration.

The provisions and clauses in the RFQ are those in effect through FAC (2025-06).

The NAICS Code and Size Standard are 541511 and $40,000,000, respectively.  The offeror shall state in their offer their size status for this acquisition.

All responsible sources may submit an offer which shall be considered by the agency.

Delivery to NASA is required no later than 11/01/2026. Delivery shall be free on board (FOB) Destination.

Offers for the items(s) described above are due by 3:00 pm CST, February 17th, 2026  to jadon.b.terry@nasa.gov or katelyn.r.jaime@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:https://www.gsa.gov/forms-library/solicitationcontractorder-commercial-items

The following clauses and provisions are incorporated; full text of the clauses and provisions may be accessed electronically at:

FAR - https://www.acquisition.gov/browse/index/far

NFS - https://www.hq.nasa.gov/office/procurement/regs/NFS.pdf

Offerors shall provide the information required by FAR 52.212-1, Instructions to Offerors-Commercial Items, (September 2023) which is incorporated by reference.

FAR 52.212-2, Evaluation -- Commercial Items, (November 2021). The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors are in descending order of importance and shall be used to evaluate offers: Technical Acceptabillity, Past Performance, and Price

 NASA Clause 1852.215-84, Ombudsman, is applicable.  The Center Ombudsman for this acquisition can be found at : https://www.hq.nasa.gov/office/procurement/regs/Procurement-Ombuds-Comp-Advocate-Listing.pdf

This posting, in addition to any attached documents, will be available on www.Sam.gov. Potential offerors will be responsible for downloading their own copy of this combination synopsis/solicitation and amendments (if any).  

Prospective offerors are encouraged to notify this office of their intent to submit an offer.  All contractual and technical questions must be submitted electronically via email to Jadon Terry (jadon.b.terry@nasa.gov) and Katelyn Jaime (katelyn.r.jaime@nasa.gov ) no later than January 15th, 2026 3:00 pm CST.  Telephone questions will not be accepted.

Responses to this combined synopsis/solicitation must be received via email no later than 3:00pm CST on February 17th, 2026.    

The Government is not responsible for any failure attributable to the transmission or receipt of documents submitted using electronic means, including the missing of any established deadlines.

Failure to submit a complete electronic proposal by the due date and time specified for this RFQ shall result in the proposal being considered late, and shall be handled in accordance with (FAR 52.212-1 Instructions to Offerors - Commercial Items (Sep 2023.)

Files

Files size/type shown when available.

BidPulsar Analysis

A practical, capture-style breakdown of fit, requirements, risks, and next steps.

Updated: Feb 14, 2026
Executive summary

NASA is seeking offers for the development of a predictive model for Spaceflight Decompression Sickness (DCS) risk that will be used during lunar and Mars exploration missions. The deadline for submissions is February 17, 2026, and the anticipated delivery of the model is by November 1, 2026. This opportunity, outlined under solicitation number 80JSC026Q0001, requires a technically acceptable proposal emphasizing past performance and pricing.

What the buyer is trying to do

NASA aims to obtain a model that accurately predicts DCS risk using retrospective data from research studies and operational inputs, essential for future missions, particularly to the Moon and Mars.

Work breakdown
  • Develop predictive model for DCS risk using retrospective data
  • Conduct validation of model against existing datasets
  • Provide documentation of the model's operational feasibility
  • Submit regular progress reports during development
  • Deliver final model by November 1, 2026.
Response package checklist
  • Provide signed Standard Form 1449
  • Include proposed delivery schedule
  • State warranty duration (if applicable)
  • Mention discount/payment terms
  • Identify taxpayer identification number (TIN)
  • Confirm offer size status for acquisition
Suggested keywords
Decompression SicknessNASAPredictive ModelingRisk AssessmentLunar ExplorationMars ExplorationSpaceflightData Analysis
Source coverage notes

Some notices publish limited source detail. Confirm these points before final bid/no-bid decisions.

  • Specific details on model requirements and features are not outlined
  • Clarification on data sources to be utilized is unclear
  • No information regarding performance metrics for success
  • Additional details on validation processes of the model are missing.

FAQ

How do I use the Market Snapshot?

It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.

Is the data live?

The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.

What do P10 and P90 mean?

P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.