Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 07, 2008 FBO #2385
SOLICITATION NOTICE

16 -- MQ-1 Predator/ MQ-9 Reaper Multi-Sensor Targeting System Contractor Logistics Support (CLS)

Notice Date
6/5/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, ASC - Aeronautical Systems Center, 2275 D Street, Wright-Patterson AFB, Ohio, 45433-7218
 
ZIP Code
45433-7218
 
Solicitation Number
FA8620-06-G-4041-0009
 
Archive Date
7/5/2008
 
Point of Contact
Kirk J Pristas, Phone: 937-255-6709, Tom Biebl,, Phone: 937-656-4219
 
E-Mail Address
kirk.pristas@wpafb.af.mil, thomas.biebl@wpafb.af.mil
 
Small Business Set-Aside
N/A
 
Description
FA8620-06-G-4041-0009 Predator Multi-Sensor Targeting System (MTS) Contractor Logistics Support for Calendar Year 2009: This is a pre-solicitation synopsis. The Aeronautical Systems Center (ASC), 658 Aeronautical Systems Squadron intends to award a contract on a sole source basis to Raytheon - McKinney to provide MQ-1 and MQ-9 MTS Contractor Logistics Support for Calendar Year 2009 for the Predator Unmanned Aircraft System (UAS). This notice of intent is not a request for competitive proposals. This is a Performance-Based Statement of Work (PBSOW). This effort includes: all Multi-spectral Targeting System - A and Multi-spectral Targeting System - B (MTS-A and MTS-B) original equipment manufacturer (OEM) CLS program management; critical non-Government organic depot OEM repairs and services to include those associated with all MTS-A and MTS-B line replaceable and shop replaceable unit configurations (e.g. standard, standard + Low-Light TV, boresight-enhanced, High Definition, and "one-of-a-kind" advanced prototype systems) for which the organic Government repair facility infrastructure is not equipped to support due to non-availability of all required formal technical source data, facilities, and specialized/OEM-certified support equipment, etc; OEM logistics support; depot configuration management; technical manual OEM system source data and software maintenance; OEM engineering technical services; depot level OEM field technical service representatives support; OEM depot-based contractor inventory control point and spares management; non-Government organic depot-level OEM repair which complements organic Government depot-level repair, including all system/line replaceable unit and shop replaceable unit (assembly and sub-assembly, e.g. circuit cards) repairs; OEM designed and engineered reliability/maintenance enhancements, depot and depot-level REMIS/MMIS data collection/entry; and obsolescence management for the MQ-1 Predator and MQ-9 Reaper Unmanned Aircraft System (UAS) programs' MTS-A and MTS-B, respectively. This OEM support shall complement and support the Government organic depot-level MTS activities, and the associated Government organic depot-level contractor team. Performance of these services is required for the Continental United States (CONUS), outside the Continental United States (OCONUS), and at Raytheon - McKinney facilities. The government intends to award the effort pursuant to the authority of 10 U.S.C. 2304(c)(1) as implemented by FAR 6.302-1 since Raytheon is the only firm that possesses the necessary knowledge, experience and technical data required to support the system. The proposed contract action has an expected period of performance of 12 months. For subcontracting opportunities, interested parties may submit appropriate information to Mr. David Johnson at (972) 952-4612 or david_j_johnson@raytheon.com at Raytheon. The National American Industry Classification System (NAICS) code for this procurement action is 334511. Please indicate number of employees relative to the size standard of 1,500 for determination of small business status. Respondees shall include their assigned DUNS number and their Commercial and Government Entity (CAGE) code. The Point of Contact for this action is 658 AESS/PK, 2640 Loop Road, West, Room 213, Wright-Patterson AFB OH 45433-7106, Attn: Ms. Darbi Dillon, Contracting Officer, (937) 904-6986, and Email: darbi.dillon@wpafb.af.mil. Any technical questions should be referred to Mr. James D. Williams at (937) 904-6990, e-mail james.williams3@wpafb.af.mil. In accordance with AFMC Clause 5352.201-9101, the ASC Ombudsman for this effort is Mr. Craig Cassino, ASC/AE, 1790 10th St, B572, R101, Wright-Patterson AFB, OH 45433-7404 (Phone: 937-255-5995; Fax: 937-656-7540 E- Mail: craig.cassino@wpafb.af.mil).
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=9627906bd12460f1f11266451bff61a4&tab=core&_cview=1)
 
Place of Performance
Address: Raytheon, 2501 W. University Drive, McKinney, TX 75070-0801, McKinney, Texas, 75070-0801, United States
Zip Code: 75070-0801
 
Record
SN01587877-W 20080607/080605220853-9627906bd12460f1f11266451bff61a4 (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.