Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 27, 2006 FBO #1523
SOLICITATION NOTICE

J -- MQ-9 Predator Unmanned Aerial Vehicle (UAV)

Notice Date
1/25/2006
 
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
FA4890-06-R-0005
 
Response Due
1/31/2006
 
Description
The U.S. Air Force, Air Combat Command intends to solicit sole source with General Atomics Aeronautical Systems, Inc., 16761 Via Del Campo Court, San Diego, CA 92127-1713 to provide MQ-9 Predator operation and maintenance services. The contractor shall provide all personnel, supervision, and services necessary to perform Predator organizational maintenance for: aircraft, ground control stations, ground data terminals, and Predator primary satellite links. The contractor shall also be responsible for launch and recovery elements including contract aircrew at forward deployed locations. The contractor will be responsible for program and maintenance management and support functions following the basic requirements of AFI 21-101, including maintaining aircraft/equipment in accordance with approved AF technical data, maintaining qualifications/certifications for weapons loading, parts/supplies ordering and accountability, and developing flying and maintenance schedules. The contractor shall provide munitions management in accordance with AFI 21-201. The mission of the Predator is to be a multi-role unmanned aerial system capable of reconnaissance, surveillance, target acquisition, killer scout, forward air controller, and combat search and rescue support missions. The principle place of performance is Creech Air Force Base, Nevada as well as at deployed worldwide locations. A facility clearance and employee security clearances will be required. A cost-plus-award fee type contract with a base period and four options are planned for this acquisition. If determined in the best interest of government, options will be exercised 1 Oct of each new fiscal year. It is anticipated that a competitive solicitation shall follow in CY 2011.
 
Place of Performance
Address: See description
 
Record
SN00972808-W 20060127/060125211932 (fbodaily.com)
 
Source
FedBizOpps 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  © 1994-2020, Loren Data Corp.