MODIFICATION
J -- Remotely Piloted Aircraft (RPA) Operations and Maintenance (O&M) Support - Updated Draft RFP Documents
- Notice Date
- 2/8/2017
- Notice Type
- Modification/Amendment
- NAICS
- 488190
— Other Support Activities for Air Transportation
- 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
- FA4890-16-R-0032
- Point of Contact
- Alexander Luker, Phone: 7572254874, M. Joy de Lande, Phone: 757-764-9358
- E-Mail Address
-
alexander.luker@us.af.mil, m.delande@us.af.mil
(alexander.luker@us.af.mil, m.delande@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- Solicitation FA4890-16-R-0032, Attachment 14 - GFP List: Andersen AFB Inventory Solicitation FA4890-16-R-0032, Attachment 13 - GFP List: NAS Sigonella Inventory Solicitation FA4890-16-R-0032, Attachment 12 - GFP List: RPA Toolbox Solicitation FA4890-16-R-0032, Attachment 11 - GFP List: RPA Vehicles Solicitation FA4890-16-R-0032, Attachment 10 - GFP List: RPA Tool Accountability System (TAS) Solicitation FA4890-16-R-0032, Attachment 9 - Government Furnished Property (GFP) List: RPA Test, Measurement, and Diagnostic Equipment (TMDE) Solicitation FA4890-16-R-0032, Attachment 8U - Unique Requirements for NAS Sigonella, Italy (OCONUS) - Global Hawk Solicitation FA4890-16-R-0032, Attachment 8T - Unique Requirements for Andersen AFB, Guam (Non-foreign OCONUS) - Global Hawk Solicitation FA4890-16-R-0032, Attachment 8S - Unique Requirements for LRE aircrew support, DP-44 (OCONUS) Solicitation FA4890-16-R-0032, Attachment 8R - Unique Requirements for Launch and Recovery Element (LRE) aircrew support, DP-14 (OCONUS) Solicitation FA4890-16-R-0032, Attachment 8Q - Unique Requirements for DP-32 (OCONUS) Solicitation FA4890-16-R-0032, Attachment 8P - Unique Requirements for DP-31 (OCONUS) Solicitation FA4890-16-R-0032, Attachment 8N - Unique Requirements for DP-14 (OCONUS) Solicitation FA4890-16-R-0032, Attachment 8M - Unique Requirements for Battle Creek, MI (ANG) Solicitation FA4890-16-R-0032, Attachment 8L - Unique Requirements for Nashville, TN (ANG) Solicitation FA4890-16-R-0032, Attachment 8K - Unique Requirements for Horsham, PA (ANG) Solicitation FA4890-16-R-0032, Attachment 8J - Unique Requirements for Springfield, OH (ANG) Solicitation FA4890-16-R-0032, Attachment 8H - Unique Requirements for Niagara Falls, NY (ANG) Solicitation FA4890-16-R-0032, Attachment 8G - Unique Requirements for Des Moines, IA (ANG) Solicitation FA4890-16-R-0032, Attachment 8F - Unique Requirements for Ft. Smith, AR (ANG) Solicitation FA4890-16-R-0032, Attachment 8E - Unique Requirements for Ft. Huachuca, AZ (ANG) Solicitation FA4890-16-R-0032, Attachment 8D - Unique Requirements for Ellsworth AFB, SD Solicitation FA4890-16-R-0032, Attachment 8C - Unique Requirements for Whiteman AFB, MO Solicitation FA4890-16-R-0032, Attachment 8B - Unique Requirements for Nellis AFB, NV Solicitation FA4890-16-R-0032, Attachment 8A - Unique Requirements for Creech AFB, NV Solicitation FA4890-16-R-0032, Attachment 8 - Site Unique Requirements (List) - Note these requirements will not be attached to the IDIQ at award, but attached to the appropriate Task Order. Solicitation FA4890-16-R-0032, Attachment 7 - Proposal Checklist (NOTE: Attachment 6, Small Business Plan, will be incorporated into the resulting contract from the successful offeror's proposal.) Solicitation FA4890-16-R-0032, Attachment 5C - CBA between IAMAW Local 2515 and BFS, effective through 1 Apr 20, at Des Moines Airport (IA ANG) Solicitation FA4890-16-R-0032, Attachment 5B - CBA between IAMAW Local 711 and AOC, effective through 30 Nov 19, at Creech AFB, NV Solicitation FA4890-16-R-0032, Attachment 5A - CBA between IAMAW Local 845 and BFS, effective through 30 Sep 17, at Nellis and Creech AFBs, NV Solicitation FA4890-16-R-0032, Attachment 5 - Collective Bargaining Agreements (CBAs) - List Solicitation FA4890-16-R-0032, Attachment 4M - Wage Determination for Springfield, OH (ANG) Solicitation FA4890-16-R-0032, Attachment 4L - Wage Determination for Nashville, TN (ANG) Solicitation FA4890-16-R-0032, Attachment 4K - Wage Determination for Horsham, PA (ANG) Solicitation FA4890-16-R-0032, Attachment 4J - CBA Wage Determination for Des Moines, IA (ANG) Solicitation FA4890-16-R-0032, Attachment 4I - Wage Determination for Ft. Smith, AR (ANG) Solicitation FA4890-16-R-0032, Attachment 4H - Wage Determination for Ft. Huachuca, AZ (ANG) Solicitation FA4890-16-R-0032, Attachment 4G - CBA Wage Determination for Creech AFB, NV (AOC - Incumbent Subcontractor) Solicitation FA4890-16-R-0032, Attachment 4F - CBA Wage Determination for Creech and Nellis AFB, NV (BFS - Incumbent Prime) Solicitation FA4890-16-R-0032, Attachment 4E - Wage Determination for Battle Creek, MI (ANG) Solicitation FA4890-16-R-0032, Attachment 4D - Wage Determination for Ellsworth AFB, SD Solicitation FA4890-16-R-0032, Attachment 4C - Wage Determination for Niagara Falls, NY (ANG) Solicitation FA4890-16-R-0032, Attachment 4B - Wage Determination for Andersen AFB, Guam Solicitation FA4890-16-R-0032, Attachment 4A - Wage Determination for Whiteman AFB, MO Solicitation FA4890-16-R-0032, Attachment 4 - Service Contract Labor Standards (SCLS) Wage Determinations (List) - AKA SCA WDs Solicitation FA4890-16-R-0032, Attachment 3 - RPA Pricing Tables (Multi-tabbed Excel Spreadsheet File) Solicitation FA4890-16-R-0032, Attachment 2 - Draft DD254 Contract Security Classification Specification Solicitation FA4890-16-R-0032, Attachment 1 - RPA PWS; Appendix O - Launch and Recovery Qualification/Requalification Training Course In-Processing Checklist Solicitation FA4890-16-R-0032, Attachment 1 - RPA PWS; Appendix N - Operational Requirements Solicitation FA4890-16-R-0032, Attachment 1 - RPA PWS; Appendix M - Minimum Qualifications Solicitation FA4890-16-R-0032, Attachment 1 - RPA PWS; Appendix K - Demarcation Points Solicitation FA4890-16-R-0032, Attachment 1 - RPA PWS; Appendix I - Special Requirements for Deployment Support Solicitation FA4890-16-R-0032, Attachment 1 - RPA PWS; Appendix H - Service Summary Solicitation FA4890-16-R-0032, Attachment 1 - RPA PWS; Appendix G - Quality Management System Requirements Solicitation FA4890-16-R-0032, Attachment 1 - RPA PWS; Appendix F - Award Fee Plan Solicitation FA4890-16-R-0032, Attachment 1 - RPA PWS; Appendix D - Publications Solicitation FA4890-16-R-0032, Attachment 1 - RPA PWS; Appendix C - Compliance Matrix Solicitation FA4890-16-R-0032, Attachment 1 - RPA PWS; Appendix B - Reports Solicitation FA4890-16-R-0032, Attachment 1 - RPA PWS; Appendix A - Definitions Solicitation FA4890-16-R-0032, Attachment 1 - RPA PWS Draft Remotely Piloted Aircraft Solicitation FA4890-16-R-0032
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/ACC/AACCONS/FA4890-16-R-0032/listing.html)
- Place of Performance
- Address: Worldwide, United States
- Record
- SN04395449-W 20170210/170208234314-81c566a835be0f9a058f2d09ddea44d4 (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 |