Skip to main content

An official website of the United States government

You have 2 new alerts

MQ-9 Contractor Logistic Support

Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information

  • Contract Opportunity Type: Sources Sought (Original)
  • Original Published Date: Mar 21, 2022 02:30 pm EDT
  • Original Response Date: May 04, 2022 05:00 pm EDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date:
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code: R425 - SUPPORT- PROFESSIONAL: ENGINEERING/TECHNICAL
  • NAICS Code:
  • Place of Performance:

Description

The Government is conducting market research to identify potential sources that possess the expertise, capabilities, and experience to meet qualification requirements for MQ-9 Reaper sustainment. To include the full range of system life cycle support for modification contracts, and acquisition of supplies and services to support and sustain the Predator/Reaper fleet, associated equipment, and Supply Chain Management processes. This includes but is not limited to program management, depot repairs of air vehicle and support segment, replenishment spares and consumables, inventory control point (ICP) functions, peculiar support equipment management/replacement, organization aircraft and ground control station (GCS) maintenance at the forward operating locations (FOL), field service representative (FSR) at the main operating bases, mission planning support for CONUS/OCONUS, engine management, software maintenance and accreditation, sustainment engineering, technical services, reliability, maintainability analysis, aircraft structural integrity program, configuration and data management, technical publications, aircraft retirement strategy/activities to include storage and sustainment data and metrics. This effort covers all air vehicles (MQ-9), all types/configurations of Ground Control Stations (GCS), all SATCOM equipment including Predator Receive Terminals (PRTs), Peculiar Ground Support Equipment (GSE), Flight Test Operations, Fixed Site Satellite Terminals (FSSTs) and associated Radomes, SATCOM Earth Terminal Subsystems (SETSSs), L-3 Com Test Stands, Internet Protocol Systems Architecture (IP Migration), Extended Range Hardware, and Ground Data Terminals (GDTs), Predator Mission Aircrew Training System (PMATS) software/GCS common hardware as well as subsystems and components that are in production or have been accepted by the Air Force, and are not being used for other contractual efforts as well as depot sustainment actions associated with DoD Service Operation and Maintenance (3400) and any Modification or Procurement (3010) funds derived by this sustainment effort.

The United States Air Force (USAF) has or will award two individual sustainment contracts for the MQ-9 remotely piloted aircraft systems as follows:

  • MQ-9 weapon system sustainment contract with a Period of Performance starting 1 January 2024 through 31 December 2026.
  • MQ-9 Multispectral Targeting System (MTS) sustainment contract with a Period of Performance 1 April 2022 through 31 March 2025.

Contractor shall have the capability to sustain, retrofit, and provision the MQ-9 systems, subsystems, components, ground support equipment, communication equipment, and spare parts including performing testing, deployment, and Contractor Logistics Support both in the continental Unites States (CONUS) and outside the continental United States (OCONUS). Contractor shall be fully responsible to plan, manage, schedule, posture, and deliver all depot level material and expertise necessary to support all operational configurations, including the systems, sub-systems, and components both CONUS and OCONUS.

Please see attached document for further information.

Contact Information

Contracting Office Address

  • CP 478 926 7227 235 BYRON ST STE 19A BLDG 300
  • ROBINS AFB , GA 31098-1670
  • USA

Primary Point of Contact

Secondary Point of Contact

History

  • May 19, 2022 11:55 pm EDTSources Sought (Original)