Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 17, 2005 FBO #1179
SOLICITATION NOTICE

J -- Predator UAV O&M Services

Notice Date
5/6/2004
 
Notice Type
Solicitation Notice
 
NAICS
488190 — Other Support Activities for Air Transportation
 
Contracting Office
Department of the Air Force, Air Combat Command, ACC CONS, 130 Douglas Street, Suite 401, Langley AFB, VA, 23665-2791
 
ZIP Code
23665-2791
 
Solicitation Number
FA4890-04-R-0009
 
Point of Contact
Ryan McCauley, Contract Specialist, Phone 757-764-9151, Fax 757-764-9153, - Carla Rice, Contracting Officer, Phone 757-764-9135, Fax 757-764-9153,
 
E-Mail Address
Ryan.McCauley@Langley.af.mil, carla.rice@langley.af.mil
 
Description
The U.S. Air Force, Air Combat Command intends to solicit, on a sole source basis, with General Atomics Aeronautical Systems, Inc. (GA-ASI), 16761 Via Del Campo Court, San Diego, CA 92127-1713 to provide Predator Operation and Maintenance (O&M) services. The contractor shall provide all personnel, equipment, tools, materials, supervision, and services necessary to perform Predator organizational maintenance for: aircraft, Ground Control Stations (GCS), Predator Primary Satellite Links (PPSL), and Operations Cells (OPS cell). The contractor shall also be responsible for Launch and Recovery Elements (LRE) including contract aircrew for forward deployed operations. The contractor will be responsible for program management and providing support, following the basic requirements of AFI 21-101 whose tasks include, but are not limited to: maintaining equipment in accordance with approved AF technical data, quality assurance, maintaining qualifications/certifications for weapons loading, parts/supplies ordering and accountability, and developing flying and maintenance schedules. The mission of the Predator is to be a multi-role Unmanned Aerial Vehicle (UAV) capable of reconnaissance, surveillance, target acquisition, killer scout, forward air controller, and combat search and rescue support missions. The principle place of performance is Indian Springs Air Force Auxiliary Field (ISAFAF), Nevada as well as various worldwide locations. A facility clearance and employee security clearances will be required. A Cost-Plus-Award Fee (CPAF) contract with a base period and two options are planned for this acquisition. If determined in the best interest of government, options will be exercised NLT 1 Oct of each new fiscal year. It is anticipated that a competitive solicitation shall follow in CY 2007. NOTE: THIS NOTICE MAY HAVE POSTED ON WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (06-MAY-2004). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 15-FEB-2005, BUT REAPPEARED IN THE FTP FEED FOR THIS POSTING DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/USAF/ACC/AACCONS/FA4890-04-R-0009/listing.html)
 
Place of Performance
Address: See description
 
Record
SN00751872-F 20050217/050215213301 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.