Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 08, 2006 FBO #1594
SOURCES SOUGHT

J -- Predator MQ-1 Unmanned Aerial Vehicle (UAV) Maintenance Services

Notice Date
4/5/2006
 
Notice Type
Sources Sought
 
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-0004
 
Response Due
11/5/2005
 
Point of Contact
Rogernetta Burbridge, Contract Manager, Phone 757-764-7581, Fax 757-764-0905, - Carla Rice, Contracting Officer, Phone 757-764-9135, Fax 757-764-9153,
 
E-Mail Address
rogernetta.burbridge@langley.af.mil, carla.rice@langley.af.mil
 
Description
The Air Combat Command (ACC) is in the process of determing the acquistion strategy for a potential requirement to continue operations and maintenance (O&M) services of the Predator UAV MQ-1 program at Creech Air Force Base, Nevada as well as at deployed sites worldwide. The contract performance period would commence in March 2007 with the anticipation of a five (5) year effort. The applicable North American Industry Classification System (NAICS) code is 488190, which has a small business threshold of $6,000,000. Performance Requirements. The contractor shall provide all personnel, equipment, tools, materials, supervision, and services necessary to perform Predator organizational maintenance for: aircraft, Ground Control Stations (GCS), and Predator Primary Satellite Links (PPSL). 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 Creech Air Force Base, Nevada as well as various worldwide locations. A facility clearance and employee security clearances will be required. General. In order to determine the acquistion strategy the government would like industry input of the following aspects: (1)Contract type: are aircraft maintenance services typically performed on a fixed-price basis? What impediments, if any, are there to establishing a fixed-price contract? (2)Do you have manintenance management principles/processes similar to what the Air Force uses? How do you apply these processes? Provide comments on how industry manages issues effecting operations and maintenance processes, support/logistics concepts, and procedures to improve maintenance effectiveness in accordance with (IAW) AFI 21-101. (3)Intent and use of small businesses:Provide input regarding capabilities of small business to accomplish the work as a prime contractor, or capabilities of small business subcontractors. Provide any information/opinions for consideration relative to the stated NAICS code and size standard. (4)Does industry have a requirement for personnel to be certified and/or recertified (proficient) on an annual or semi-annual basis in their related field of expertise. What is the standard industry practice for personnel to maintain proficiency? (5) Extent of commerciality: Are these maintenance services typically performed utilizing standard, commercial regulations/standards? What are standard inspection/acceptance requirements, contract type, training requirements, etc? Please provide any comments you may have as to standard commercial practice for procuring similar services in the commercial marketplace. Summary. This information is for market research only. This is not a Request for Proposal, or solicitation or an indication that the government will contract for this requirement. All responses are requested to indicate if they are a large business, small business, small disadvantaged business, 8(a) concern, women-owned small business, or HUB zone small business. No solicitation document exists. Interested companies may identify their interest and capability to respond to the requirement to 1LT Rogernetta Burbridge, Contracts Manager, ACC CONS/LGCC, (757) 764-9127, e-mail rogernetta.burbridge@langley.af.mil and courtesy copy carla.rice@langley.af.mil. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (05-APR-2006). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 06-APR-2006. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Place of Performance
Address: See description
 
Record
SN01022676-W 20060408/060406221849 (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.