Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 04, 2007 FBO #1896
SOLICITATION NOTICE

A -- BROAD AREA MARITIME SURVEILLANCE (BAMS) UNMANNED AIRCRAFT SYSTEM (UAS) SYSTEM DEVELOPMENT & DEMONSTRATION (SDD)

Notice Date
2/2/2007
 
Notice Type
Solicitation Notice
 
NAICS
336411 — Aircraft Manufacturing
 
Contracting Office
Department of the Navy, Naval Air Systems Command, NAVAIR HQ, Building 2272 47123 Buse Road Unit IPT, Patuxent River, MD, 20670, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
N00019-07-R-0001-FINAL
 
Response Due
4/16/2007
 
Description
The Naval Air Systems Command (NAVAIR) is announcing the upcoming release of the final Broad Area Maritime Surveillance (BAMS) Unmanned Aircraft System (UAS) System Development and Demonstration (SDD) solicitation. This acquisition is being pursued on the basis of full and open competition and provides for the procurement of the SDD Phase for the BAMS UAS Program, with options for the first Low Rate Initial Production (LRIP) of the BAMS UAS, Technical Data Packages (TDPs)/Data Rights for Title 10 U.S.C., Chapter 146, Section 2464, Core Logistics Capability; life cycle support within a competitively selected Performance Based Logistics (PBL) support environment centered on organic or Contractor Logistics Support (CLS); and for the development of a Common Mission Control System for UASs. The RFP also includes options addressing Australian Unique Objectives, including the procurement of an Australian BAMS UAS, TDPs/Data Rights in support of the Australian BAMS UAS for Depot Level Repair Logistics Capability; life cycle support within a competitively selected PBL support environment centered on organic or CLS; and for the development of a Common Mission Control System for UASs. The anticipated contract type is Cost Plus Award Fee (CPAF); however, the option line items for TDPs/Data Rights are Firm Fixed Price (FFP). The North American Industry Classification System (NAICS) code for this procurement is 336411, Aircraft Manufacturing. Contract award is anticipated in the first quarter of Fiscal Year (FY) 08. With respect to the United States Navy (USN) requirements, the BAMS UAS will provide a persistent maritime Intelligence, Surveillance, and Reconnaissance (ISR) data collection and dissemination capability to the Fleet; serving as a force multiplier for the Joint Force and Fleet Commander, enhancing situational awareness of the battlespace, and shortening the sensor-to-shooter kill chain. The BAMS UAS will deliver capability enabling the Maritime Patrol and Reconnaissance Force (MPRF) Family of Systems (FoS) to meet the Navy's maritime ISR requirements. BAMS UAS full operational capability will provide for up to five simultaneous orbits worldwide. Initial Operational Capability (IOC) for the BAMS UAS is defined as one base unit with sufficient assets, technical data, training systems, and enough spares and support equipment to operationally support one persistent ISR orbit. The desired IOC is FY14, however, the objective is to achieve IOC in FY13 or earlier. At IOC, the BAMS UAS missions will include, but are not limited to, maritime surveillance, collection of enemy order of battle information, battle damage assessment, port surveillance, communication relay, and support of the following missions - maritime interdiction, surface warfare, battlespace management, and targeting for maritime and littoral strike missions. The proposed system architecture will be driven by the requirements and constrained by the program schedule and affordability goals contained in the solicitation and in the BAMS UAS Performance Based System Specification (PBSS). The Australian BAMS UAS options provide for the expansion of the BAMS UAS SDD program to include the design, development and demonstration of a solution that meets Australia's objectives. For the purposes of the Australian objectives, In Service Date (ISD) is defined as the year in which the first elements of the capability are planned to enter service, though not necessarily be ready for operational employment. The first elements of capability consist of an air vehicle, a fully populated payload, communication suite, mission planning, simulation and mission control system. ISD will be achieved in Calendar Year (CY) 13. The Australian IOC for the BAMS UAS is defined as one base unit with sufficient assets, technical data, training systems, and enough spares and support equipment to operationally support three periods of 24 hour surveillance per week. IOC will be achieved in CY15. The contract period of performance for the SDD phase shall begin on the date of contract award and be completed by the date of IOC in accordance with the SDD Contract Top-Level Integrated Master Schedule (IMS). The required delivery of the LRIP system(s) is within 24 months or the date specified in the SDD Contract Top-Level IMS whichever is earlier, after exercise of option. For the Australian BAMS UAS option, the period of performance shall begin on the date of option exercise and be completed by the date of Australia's IOC in accordance with the SDD Contract Top-Level IMS. All data shall be delivered in accordance with the applicable DD Form 1423, Contract Data Requirements List (CDRL). Upon formal release of the RFP, interested parties will be able to view/download the RFP (N00019-07-R-0001), exclusive of the Performance Based System Specification (PBSS), posted on the NAVAIR web-site http://www.navair.navy.mil/doing_business/open_solicitations. Potential offerors must request a copy of the BAMS UAS PBSS and Technical Library (TL) from the Government. Points of contact for the written request are below. For the unclassified PBSS and TL, the request must include the company name, mailing address, CAGE code, e-mail address, and point of contact with telephone number. If requesting the classified sections of the PBSS and TL, note that the BAMS UAS PBSS Annexes A and C are classified as SECRET REL USA/AUS; Annex B of the PBSS and portions of the TL are classified as SECRET NOFORN. Offerors must identify which classified documents are desired. The request must include the name of the company, classified mailing address, CAGE code, e-mail address, Facility Security Officer name and telephone number, and point of contact with telephone number. Separate requests must be made for the unclassified and classified documents. Compact Disc(s) containing a copy of the requested data will be mailed after the Government verifies the requestor's CAGE Code and mailing address for the unclassified documents, and the classified mailing address and level of safeguarding for the classified documents. Hardcopy requests will not be honored. The PBSS and TL documents will be mailed concurrently with the posting of the final RFP. All responsible sources may submit a proposal that shall be considered by this agency. ALL DISCUSSIONS, COMMENTS, OR QUESTIONS RELATIVE TO THE BAMS UAS PROGRAM AND THIS SOLICITATION MUST BE ADDRESSED DIRECTLY TO THE PCO. They may be addressed to Ms. Stacy Bostjanick, PCO, at (301) 757-5931, email stacy.bostjanick@navy.mil. and Ms. Clare Carmack, Contract Specialist, at (301) 757-5919, email clare.carmack@navy.mil See Note 26
 
Record
SN01225045-W 20070204/070202221716 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.