Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 13, 2017 FBO #5803
SOLICITATION NOTICE

R -- Unmanned Aircraft Systems Intelligence, Surveillance, and Reconnaissance (UAS ISR) Services

Notice Date
10/11/2017
 
Notice Type
Presolicitation
 
NAICS
541370 — Surveying and Mapping (except Geophysical) Services
 
Contracting Office
Department of the Air Force, Air Combat Command, AMIC CONTRACTING OFFICE, 129 Andrews Ave, STE 110, Langley AFB, Virginia, 23665, United States
 
ZIP Code
23665
 
Solicitation Number
FA4890-17-R-0015
 
Archive Date
11/17/2017
 
Point of Contact
Scott D. Bedford, Phone: 7572259834, Lisa T. Pena, Phone: 7572254525
 
E-Mail Address
scott.bedford@us.af.mil, lisa.pena.2@us.af.mil
(scott.bedford@us.af.mil, lisa.pena.2@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
PRE-SOLICITATION NOTICE FOR FA4890-17-R-0015 : This is a pre-solicitation notice only. Air Combat Command, Acquisition Management and Integration Center (AMIC) anticipates issuing the final RFP on or about 30 Oct 2017 with a closing date on or about 13 Dec 2017. This will be a competitive full and open acquisition. The Government intends to make one award from this solicitation. The North American Industry Classification System Code (NAICS) for this requirement is 541370 with a corresponding small business size standard of $15M. U.S. Air Force Central Command (USAFCENT) requires the contractor to provide 24-hour per day, seven (7)-days per week (24/7) availability of Unmanned Aircraft Systems (UAS) Intelligence, Surveillance, and Reconnaissance (ISR) services at airfields in Afghanistan and Jordan. The contractor is responsible for providing air vehicles, imagery equipment, system support equipment, air vehicle fuel, labor, management, supervision, maintenance, tools, and vehicles necessary to perform the ISR service missions while deployed with government personnel in support of U.S. Air Force operations in Afghanistan and Jordan. The contractor shall utilize a UAS (air vehicles equipped with electro-optic, infrared, and midwave infrared imagery systems) that provides ISR capability to land-based sites within the AOR. Performance will consist of a 120-day Phase-In period and five (5) One-year Option periods. The Government will use the Internet and email as the primary means of disseminating and exchanging any information concerning this requirement. Interested parties should review the documents posted and provide any question or comments via e-mail to the Contracting Office. When submitting questions or comments, offerors should provide their company name, address, point of contact, Cage Code, phone and fax number, email address, and business size. It is the offeror's responsibility to monitor the Internet for the release of the final Request for Proposal (RFP) and closing date. The Air Force will consider and respond to all inputs received. Industry response is encouraged to ensure all parties have maximum opportunity to participate in this acquisition and to ensure that the requirement is understood. An interested parties listing will be posted to FBO to facilitate teaming and subcontracting opportunities. To be eligible for contract award, offerors must be registered under the applicable NAICS code in the System for Award Management (SAM), which may be found at https://www.sam.gov/. All interested parties are cautioned to ensure that information listed in SAM is current and correct. Interested parties are to submit all correspondence pertaining to this requirement in writing to the POCs listed below. Hard copies of documents posted on FBO will not be made available. The Government will provide an email confirmation of receipt of information. If you have difficulty in emailing your response and/or an email confirmation of receipt is not received in a timely manner, you are encouraged to contact the POCs.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/ACC/AACCONS/FA4890-17-R-0015/listing.html)
 
Place of Performance
Address: OCONUS, United States
 
Record
SN04711327-W 20171013/171011231417-3faaaf23557219d8e9846aa2cd082b92 (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.