DOCUMENT
D -- NATO International Competitive Bidding (ICB): Bi-SC AIS TMID Capability 1 Services - Air C2IS Increment 1 Enhancements - revised summary requirements and original NOI.pdf
- Notice Date
- 1/22/2009
- Notice Type
- revised summary requirements and original NOI.pdf
- NAICS
- 541512
— Computer Systems Design Services
- Contracting Office
- Department of Commerce, Bureau of Industry & Security, Department of Commerce, 1400 Pennsylvania Avenue, NW, Room 1099D, Washington, District of Columbia, 20230
- ZIP Code
- 20230
- Solicitation Number
- IFB-CO-12556-AirC2IS-E
- Response Due
- 2/3/2009
- Archive Date
- 2/6/2009
- Point of Contact
- Elsie Carroll,, Phone: 202-482-8228, Lee AnnCarpenter,, Phone: 202-482-2583
- E-Mail Address
-
ecarroll@bis.doc.gov, lcarpent@bis.doc.gov
- Small Business Set-Aside
- N/A
- Description
- In June 2008, the NATO Consultation, Command and Control Agency (NC3A) announced that it was inviting bids for the development and delivery of Increment 1 of the Air Command and Control Information Services (Air C2IS) in Support of Air Staffs. NC3A has not yet released this Invitation for Bid (IFB-CO-12556-AirC2IS). Subsequently, the Infrastructure Committee has authorized a project to develop and implement Theatre Missile Defense (TMD) specific functionality in the Bi-Strategic Command Automated Information System (Bi-SC AIS). Project 2006/0IS03073, "Bi-SC AIS TMD Capability 1 Services" stems from the Capability Package "Provide NATO Wide Theatre Missile Defense Capabilities." This project will be implemented in two increments and only the first increment has been authorized. The first increment of Bi-SC AIS TMD Capability 1 requires the enhancement of the planned Air C2IS Increment 1. The TMD enhancement requirements will be added to the Air C2IS Increment 1 requirements and this combined package will be procured through one International Competitive Bidding (ICB) process. The Bi-SC AIS TMD services will be used by operational staffs at strategic command, joint force command, and component commands, as well as the deployable Combined Joint Task Force and NATO Reaction Force headquarters. The services will allow planners in the Bi-SC AIS domain to interface with TMD staffs at Combined Air Operations Center level in order to develop coherent and feasible TMD defense designs that can give a high degree of confidence that mission objectives for protecting assets and forces can be achieved. The Air C2IS Increment 1 TMD enhancement will then serve as the baseline for further expanded TMD capability in subsequent increments. As already described for Air C2IS, it is envisioned that, provided the successful delivery of each preceding increment and subject to agreement on scope and price for each subsequent increment and formal authorization being granted by NATO authorities, the selected contractor would be retained for each of the subsequent increments. The project will be subject to the Two Stage Authorization Procedure. As this will be a combined procurement with Air C2IS Increment 1, the envisaged bidding procedure will be an ICB with Best Value (BV) evaluation using the BV criteria agreed to for Air C2IS. The Invitation for Bid relevant to the acquisition subject of this letter will be identified as IFB-CO-12556-AirC2IS and all correspondence concerning this solicitation should reference this identifier. Please note that the IFB, at the time of its issuance, will contain an exclusion provision concerning the Bi-SC AIS Program Management and Integration Capability (PMIC) contract. Also, an exclusion provision will be inserted in the IFB with respect to the possibility of the awardee of the AirC2IS (with TMD enhancement) contract to perform at any tier on any Independent Verification and Validation efforts associated with the AirC2IS project. The rough cost estimate for the implementation component of Air C2IS Increment 1 capability TMD enhancements is Euro 17,630,000. This makes a combined rough cost estimate of Euro 28,995,000 for the complete IFB. To this extent, the amounts of the bids submitted in response to the IFB shall not exceed 125 percent of the authorized amount for the project. NC3A has extended the deadline for nominations to the bidders list for IFB-CO-12556-AirC2IS. In addition to those U.S. firms already nominated to the Air C2IS bidders list, the U.S. Government will nominate additional U.S. firms that have been pre-approved for participation in NATO ICB. Please refer to the Bidding Procedure section of this announcement for more information. BIDDING PROCEDURE The U.S. Department of Commerce does not serve as the contracting agency for NATO ICB projects. Its role is to approve for participation in NATO ICB those facilities that are located within the United States. Only facilities that have first been approved for participation in NATO ICB may be nominated to the bidders list for a NATO ICB project. Please visit the following website for instructions on applying for approval: http://www.bis.doc.gov/defenseindustrialbaseprograms/OSIES/NATOprograms/index.htm The NATO ICB application is a one-time application. The application and supporting documentation may be submitted as e-mail attachments. If, when submitting the application, your firm is interested in a specific NATO ICB project, please include the following in the text of your email: the title and/or solicitation number of the project the name/phone/FAX/email of the point of contact for the bid documents After approval of your one-time NATO ICB application, the Department of Commerce will then know to follow up by issuing a Declaration of Eligibility (DOE) for that project. A DOE is used to nominate an approved firm to the bidders list for a particular NATO ICB project. Using the contact information indicated on the DOE, the NATO contracting agency will contact the firm directly when the IFB has been issued. IMPORTANT DEADLINES 1. Final date to request a Declaration of Eligibility: 03 February 2009 2. Anticipated date that the contracting agency will distribute the IFB: late March/April 2009 3. Anticipated closing date for receipt of bids: June/July 2009
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=c62e4f7723100c1f9431bcfc3bfedaa4&tab=core&_cview=1)
- Document(s)
- revised summary requirements and original NOI.pdf
- File Name: revised summary requirements and original NOI.pdf (revised summary requirements and original NOI.pdf)
- Link: https://www.fbo.gov//utils/view?id=28cd8bb9ef8f592e1b6e1bdd71944eae
- Bytes: 3,394.68 Kb
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: revised summary requirements and original NOI.pdf (revised summary requirements and original NOI.pdf)
- Record
- SN01736357-W 20090124/090122215903-c62e4f7723100c1f9431bcfc3bfedaa4 (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 |