Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 29, 2006 FBO #1798
MODIFICATION

A -- BAMS Draft Documents

Notice Date
10/27/2006
 
Notice Type
Modification
 
NAICS
339999 — All Other Miscellaneous 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
Reference-Number--24423--BAMS-Draft-Documents
 
Response Due
8/18/2006
 
Point of Contact
Jennifer Augustine, Contract Specialist, Phone (301) 757-5896, Fax (301) 757-5955, - Michael McLoughlin, Contracting Officer, Phone 301-757-5898, Fax 301-757-5955,
 
E-Mail Address
Jennifer.Augustine@navy.mil, michael.mcloughlin@navy.mil
 
Description
The Broad Area Maritime Surveillance (BAMS) Unmanned Aircraft System (UAS) Program is making available for industry comment a draft Request For Proposal (RFP) Sections A-K. The objective of posting this document is to solicit feedback on the program's goals, objectives, structure, requirements and feasibility prior to issuance of the formal RFP from our Industry partners. The RFP is anticipated to be released in January 2007. The Government does not intend to respond to comments received nor to individual industry questions. Comments may or may not be incorporated into a future release of the subject document. Comments and recommendations are requested to be submitted at the earliest possible time. The Government will accept comments up to the time of final RFP issuance. The BAMS UAS will provide a persistent Maritime Intelligence, Surveillance, and Reconnaissance (ISR) data collection and dissemination capability to the fleet. The BAMS UAS will deliver capability enabling the Maritime Patrol and Reconnaissance Force (MPRF) 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 and is a program threshold requirement in FY14 with an objective date of FY13. 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. Interested parties can view/download the draft RFP (N00019-07-R-0001) posted on the NAVAIR contract web-site http://www.navair.navy.mil/doing_business/open_solicitations. Additionally, potential offerors can request a copy of the BAMS UAS unclassified (Distribution C) Performance Based System Specification (PBSS). Interested parties must request a copy of the PBSS from the Government. Points of contact for the written request are below. The request must include the company name, mailing address, CAGE code, e-mail address, and point of contact with telephone number. Separate requests must be made for the unclassified and classified documents. A CD with both unclassified documents will be sent after the Government verifies the requestor's information. The Government is also making available the classified annexes to the BAMS UAS PBSS and the program's classified OPSITS, and TACSITs. The classified documents will be issued on a CD. The BAMS UAS PBSS annexes are classified at the SECRET level. The OPSITS AND TACSITS are classified at the SECRET/NOFORN level. Requestors must specify which classified documents they would like sent. Points of contact for the written request are below and must be separate from the unclassified requests. The request must include the name of the company, classified mailing address, CAGE code, e-mail address, Facility Security Officer's name and telephone number and a point of contact with telephone number. A CD will be sent only after the Government verifies the requestor's information and level of safeguarding. The CD will only be sent to the requestor's listed classified mailing address. Hardcopy requests will not be honored. The Government does not intend to respond to comments received nor to individual industry questions. Comments may or may not be incorporated into a future release of the subject document. THIS IS NOT A REQUEST FOR PROPOSAL. THIS SPECIAL NOTICE IS NOT TO BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT, NOR WILL THE GOVERNMENT PAY FOR ANY INFORMATION SOLICITED OR PROVIDED. Questions or comments may be addressed to Ms. Clare Carmack at (301) 757-5919, email clare.carmack@navy.mil and Ms. Stacy Bostjanick at (301) 757-6932, email stacy.bostjanick@navy.mil.
 
Record
SN01172254-W 20061029/061027220802 (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.