Federal Bid

Last Updated on 24 May 2010 at 8 AM
Sources Sought
Gainesville Florida

A-- RR&D Developement project titled: Self-Management intervention for Veterans with upper limb amputation

Solicitation ID VA24810RI0376
Posted Date 05 May 2010 at 7 PM
Archive Date 24 May 2010 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office 248-Network Contract Office 8 (36c248)
Agency Department Of Veterans Affairs
Location Gainesville Florida United states 32608
This is for information purpose only. No solicitation will be awarded against this RFI VA-248-10-RI-0376. This is for the VA Medical Center, Research & Development, Gainesville, Florida. Scope of work for proposed RR&D Development project titled: Self-Management Intervention for Veterans with Upper Limb Amputation. Specific Aim 1 (Phase 1 Development Project): To develop a Computer/Internet-Based 3-Module Self-Management Intervention using Operation enduring freedom/operation Iraqui Freedom (OFF/OIF) upper limb (UL) amputee actors. The intervention will consist of three modules that provide knowledge about UL amputation and prostheses followed by interactive experiences that will, as examples, address choosing a new prostheses, learning use of the new prosthesis, emotional aspects of living with an amputation community integration opportunities for UL amputees. Creation of the intervention will be a Department of Defense (DOD)-VA Collaboration. This project will develop three web-based modules will be developed under the lead of PI Winkler and CO-PI Yancosek with input from expert consultees. Module I: UL Amputation Overview: The overview will present information on the history, incidence, and prevalence of UL AMPUTATION, THE LEVELS OF ul AMPUTATION (FIGURE 8), the stages of rehabilitation (pre-Operative; surgery and reconstruction. Pre-prosthetic, prosthetic prescription and fabrication, prosthetic training, community integration, vocational rehabilitation, follow-up), and overview of UL prosthetic devices. Module II: Living With Amputation: The content presented in module II will be procedural knowledge, providing opportunities for problem-solving, the first self-management skill. Problem solving in the self-management context refers to identifying the problem and generating possible solutions including suggestions from peers. Module II will use some text and hyperlinks', but predominantly graphic and video. Task will be presented. Veterans will learn how to do them by watching peers perform the tasks. Audio will include frustrations and emotions associated with performing the tasks. Module III: Interactive Case Studies: the content presented in Module II will also be procedural knowledge. In Module III, participants increase their proficiency by continued practice with case studies that provide feedback. Module III will provide with an opportunity to apply facts and procedures learned in Modules I and II to developing a lifestyle that accommodates their desired level of function. In Module III, Service member/Veteran Actors and Veteran Participants will have access to the "Virtual Ability" Community at second life housed on the Amputee Virtual Environment Support Space (AVESS) Site. The project is funded by Telemedicine and Advance Technology Research Center (TATRC) of the US Army Medical Research and Material Command (USAMRMC), Contract "W81xWH-09-P-0731". Work associated with developing module content above. Capture raw video and audio: We will hire eight active duty and civilian (including Veterans) amputee actors to create the video, that will be used to support module content. 1. We are seeking a contractee who has proven experience working with OEF/OIF UL amputee population who will work with the PI to identify and coordinate the hiring of UL amputee actors. The actors can have active duty or veteran status. 2. The contractee will then coordinate with the PI, the capture of raw audio and video. Actors will be issued handy cams for one -two months to spontaneously capture aspects of their daily lives that may be helpful to other veterans with UL Amputations. The video will be down loaded to a memory stick and mailed to the contractee. Timeline: Video capture from 8 actors will begin month two and will be complete by the end of month 12. 3. The Contractee under the guidance of the PI, will edit the video into approximately 1-minute clips and select still graphics from video. For the three modules described earlier. We anticipate 8-16 hours of video x 8 actors = 120-160 hours of video. 4. The contractee will compress the Digital Code as needed and finalize video for playback and stop points. Work associated with insertion content into an E-learning format. Develop Electronic (E-Learning Format: E-Learning is the process of designing the electronic format so that the presentation takes advantage of the technology by displaying photos and animations that help clarify instructional points. In addition playing movie clips create interactive scenes that require a response from the user to demonstrate they understand. 5. The contratee will have documented expertise with the articulate software. Articulate software will be used to create three E-Learning modules (Previously Described) integrating content from PI Winkler and edited video and stills. Timeline: Creation of E-Learning Modules will begin Month 2 and will be complete by the end of the month 21. The three modules will be beta tested and necessary edits made. Timeline: Creation of E-learning modules will begin month 18 and will be complete by end of month 30. Build Website. A Website with an index page describing the project will be built. The index page will link to a links page and a research page. Please E-mail response to [email protected]
Bid Protests Not Available

Similar Past Bids

Location Unknown 05 Jul 2022 at 4 AM
Seattle Washington 14 Apr 2015 at 4 PM
Washington 08 Jun 2011 at 12 PM

Similar Opportunities

FY26-FY28 Pavement Markings Sealed bids for FY26-FY28 Pavement Markings, Holyoke, MA will be received on July 10, 2025 at the City of Holyoke Office of Procurement, 536 Dwight Street, Room 3, Holyoke, Massachusetts 01040, Attn: Jaime Morrow, Chief Procurement Officer until 2 PM prevailing time, at which said Bids will be publicly opened and read aloud. All bids shall be submitted within a sealed envelope addressed to the “City of Holyoke Office of Procurement, 536 Dwight Street, Room 3, Holyoke, Massachusetts 01040, Attn: Jaime Morrow, Chief Procurement Officer” and titled “FY26-FY28 Pavement Markings, Bid#2025-45DPW”. The work under this contract shall include furnishing the necessary labor, transportation, tools, equipment, materials, and appurtenances to install pavement markings as required by the City. The locations for the pavement markings will be as directed by the City. Bidding procedures shall be in accordance with the provisions of M.G.L. Chapter 30, Section 39 M as amended. This project may be funded in whole or part with federal funds. Attention is called to the minimum wage rates required to be paid for all labor on this project. Wage rates are established in schedules issued by the Department of Labor and Workforce Development, in accordance with Section 26A - 27D, or Chapter 149 of the M.G.L., as amended, and the U.S. Department of Labor in accordance with the Davis-Bacon and Related Acts. Said schedule(s) are included in the bid package and the contractor will be responsible for paying the higher of the two rates. It is the responsibility of the Contractor, before Bid opening, to request if necessary, any additional information on Minimum Wage Rates for those trades people who may be employed for the proposed Work under this Contract. Materials, equipment and supplies to be used on this project are exempt from sales tax to the extent provided by M.G.L. Chapter 64H, Section 6 (f). Only eligible and responsible sealed bids on this project shall be received by the Awarding Authority from qualified Bidders submitted on forms furnished by the Awarding Authority and clearly identified on the outside of the bid with the name and address of the bidder, and the name and Bid Number of the project, and submitted to: City of Holyoke - Purchasing Department City Hall, Room 15 536 Dwight Street Holyoke, MA 01040 And received no later than the times set forth below, when they will forthwith be publicly opened and read aloud at this location. Sealed bids addressed as referenced above will be received until 2:00 PM, on July 10, 2025.
Holyoke Massachusetts 10 Jul 2025 at 7 PM
FY26-FY28 Hot Mix Asphalt Paving and Related Work Sealed bids for FY26-FY28 Hot Mix Asphalt Paving and Related Work, Holyoke, MA will be received on July 10, 2025 at the City of Holyoke Office of Procurement, 536 Dwight Street, Room 3, Holyoke, Massachusetts 01040, Attn: Jaime Morrow, Chief Procurement Officer until 2 PM prevailing time, at which said Bids will be publicly opened and read aloud. All bids shall be submitted within a sealed envelope addressed to the “City of Holyoke Office of Procurement, 536 Dwight Street, Room 3, Holyoke, Massachusetts 01040, Attn: Jaime Morrow, Chief Procurement Officer” and titled “FY26-FY28 Hot Mix Asphalt Paving and Related Work, Bid#2025-43DPW”. Work will consist of the milling and paving of various locations throughout the City. Bidding procedures shall be in accordance with the provisions of M.G.L. Chapter 30, Section 39 M as amended. This project may be funded in whole or part with federal funds. Attention is called to the minimum wage rates required to be paid for all labor on this project. Wage rates are established in schedules issued by the Department of Labor and Workforce Development, in accordance with Section 26A - 27D, or Chapter 149 of the M.G.L., as amended, and the U.S. Department of Labor in accordance with the Davis-Bacon and Related Acts. Said schedule(s) are included in the bid package and the contractor will be responsible for paying the higher of the two rates. It is the responsibility of the Contractor, before Bid opening, to request if necessary, any additional information on Minimum Wage Rates for those trades people who may be employed for the proposed Work under this Contract. Materials, equipment and supplies to be used on this project are exempt from sales tax to the extent provided by M.G.L. Chapter 64H, Section 6 (f). Only eligible and responsible sealed bids on this project shall be received by the Awarding Authority from qualified Bidders submitted on forms furnished by the Awarding Authority and clearly identified on the outside of the bid with the name and address of the bidder, and the name and Bid Number of the project, and submitted to: City of Holyoke - Purchasing Department City Hall, Room 15 536 Dwight Street Holyoke, MA 01040 And received no later than the times set forth below, when they will forthwith be publicly opened and read aloud at this location. Sealed bids addressed as referenced above will be received until 2:00 PM, on July 10, 2025.
Holyoke Massachusetts 10 Jul 2025 at 6 PM