SOLICITATION NOTICE
R -- Unmanned Aircraft Systems Intelligence, Surveillance, and Reconnaissance (UAS ISR) Services - Solicitation
- Notice Date
- 11/16/2017
- Notice Type
- Combined Synopsis/Solicitation
- 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
- 1/19/2018
- 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
- Attachment L-3 - Vol 2 NVTherm Attachment L-2 - Vol 2 SSCam IM EO Attachment L-1 - Vol 2 AVP Data Attachment 3 - Cost Summary Attachment 2a - DD254 Continuation Attachment 2- DD254 - UAS ISR (Draft) Attachment 1 - PWS - UAS ISR FA4890-17-R-0015 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(s) via e-mail to the Contracting Office. When submitting questions, 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 solicitation changes and responses to contractor questions. T he Air Force will respond to all questions 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.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/ACC/AACCONS/FA4890-17-R-0015/listing.html)
- Place of Performance
- Address: See PWS, United States
- Record
- SN04743141-W 20171118/171116231654-6e14b4261af705129343f8f720897372 (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 |