SOURCES SOUGHT
16 -- Global Hawk Automated Data Synthesis Initiative
- Notice Date
- 8/17/2006
- Notice Type
- Sources Sought
- NAICS
- 336413
— Other Aircraft Parts and Auxiliary Equipment Manufacturing
- Contracting Office
- Department of the Air Force, Air Combat Command, 99 CONS, 5865 Swaab Blvd, Nellis AFB, NV, 89191-7063
- ZIP Code
- 89191-7063
- Solicitation Number
- Reference-Number-FA4861-06-LGCC023
- Response Due
- 8/30/2006
- Archive Date
- 9/14/2006
- Description
- This is a request for information (RFI) only*. It is not a solicitation nor does it guarantee a solicitation will be issued. The 99th Contracting Squadron, Nellis AFB NV, is conducting market research for a contractor to execute the USAF Unmanned Aerial Vehicle Battlab (UAVB) Global Hawk Automated Data Synthesis (ADS) Initiative. The objective of this demonstration is to exhibit the ability to fuse imagery and other forms of data in near real time. The Global Hawk ADS initiative is planned as a two-phase project with a total duration of 18 months. Phase one is a proof of concept demonstration of the capability with recorded data. Phase two consists of final design and demonstration of the capability along with integration into current facilities. The following general services are required in order to execute this initiative: a. In-depth knowledge of Global Hawk system architecture, hardware interfaces, software, and operations. This prerequisite is absolutely critical to the timely and successful completion of this initiative. b. The ability to quickly design, create, and deliver flexible software solutions in order to meet the objective stated above. If you feel you can provide the products and services listed, please provide a 3 - 5 page Capabilities Statement, addressing the items below, to Capt Cassandra Proctor at cassandra.proctor@nellis.af.mil NLT 2:00 P.M. PST on 30 Aug 06: What capabilities does your organization possess to successfully accomplish the requirements described in this RFI? How will your company approach the requirements in this RFI? What is your business size (e.g., 8(a), Service-Disabled Veteran Owned, large business, etc.)? If a solicitation for this effort were issued, would your organization submit a proposal as a prime contractor or a subcontractor? What percentage of this effort would be appropriate for a small business set-aside? Do you hold any contracts similar in work/scope to the services identified above? Can you provide those contract numbers and their values? Can you provide a point of contact name/number? Do you have a GSA schedule contract for the services identified above? What NAICS are you authorized to do business as for this type effort? If you have any questions regarding this effort please include them in your Capabilities Statement (this will not count against your page limit). A rough order of magnitude of annual cost to perform the services listed above. * Submission of any information in response to this RFI is completely voluntary, and shall not constitute a fee to the government.
- Place of Performance
- Address: Creech AFB,, Indian Springs, NV
- Zip Code: 89131
- Country: UNITED STATES
- Zip Code: 89131
- Record
- SN01117986-W 20060819/060817220827 (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 |