SOLICITATION NOTICE
R -- NATO International Competitive Bidding (ICB): Contractor Support for Integrated Air and Missile Defense (IAMD) Program
- Notice Date
- 5/14/2018
- Notice Type
- Presolicitation
- NAICS
- 541690
— Other Scientific and Technical Consulting 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
- IFIB-ACT-SACT-18-48
- Archive Date
- 5/25/2018
- Point of Contact
- Lee Ann Carpenter, Phone: 202-482-2583
- E-Mail Address
-
LeeAnn.Carpenter@bis.doc.gov
(LeeAnn.Carpenter@bis.doc.gov)
- Small Business Set-Aside
- N/A
- Description
- Supreme Allied Commander Transformation Headquarters (HQ SACT) intends to issue an Invitation for International Bidding (IFIB) for the provision of contractor support for the Integrated Air and Missile Defense (IAMD) Program. Potential prime contractors must 1) be pre-approved for participation in NATO International Competitive Bidding (ICB), 2) be nominated to the bidders list by the U.S. Government, and 3) have performed similar tasking to the requirement described in the solicitation. Contractor personnel performing services under the contract must 1) be citizens of a NATO nation and 2) have appropriate professional training and experience in a related field. The reference for this project is IFIB-ACT-SACT-18-48. The contract will cover services being accomplished at two locations, Norfolk, Virginia and Mons, Belgium. Occasional travel may be required between Belgium and the USA. Partial Bidding is authorized. Type of Contract: Lowest Priced Technically Compliant (LPTC) REQUIREMENT IAMD Requirements Management Repository Expert Allied Command Transformation (ACT) requires contractor support in order to plan and setup the Integrated Air & Missile Defense (IAMD) Requirements Management Repository (IBM Rational DOORS NG based) for full lifecycle capability requirements management. In supporting the IAMD program and project managers, the incumbent has the following tasks: collect and analyze the relevant doctrine for IAMD requirements management, develop an initial study based on NATO tools for the establishment of the IAMD Requirements Management Repository, define and setup a comprehensive IAMD Requirements Management Repository, start initial/partial population of the repository, draft an outline plan including resource estimates for the continued operation and maintenance of the repository beyond the contract period, analyze the working practices of NATO requirements management by the NCI Agency and other stakeholders for IAMD to ensure interoperability and commonality. Interim Program Coordinator / Project Coordinator - Principal IAMD Capability Engineer Allied Command Transformation (ACT) requires support by a senior contractor in Mons (BEL) for the preparation, planning, execution, and assessment of the handover/takeover (HOTO) of responsibilities for the Air Command & Control System (ACCS) from Allied Command Operations (ACO) to ACT. The incumbent reports directly to ACT's Program Manager for Integrated Air & Missile Defense (IAMD), contributing to and supporting: HOTO of ACCS related tasks and program activities, holistic IAMD capability development, management of ACCS and air Command & Control (C2) capability program and project plans, development of air C2 related capability architectures, reporting to governance and management, capability development lifecycle planning process. Travel to meetings and conferences might be required for around 50 days per year. The support is required until new structures are in place and the new personnel is available. BIDDING PROCEDURE NATO ICB requires that the U.S. Government nominate U.S. prime contractors to the bidders list. Before the U.S. Government can nominate a U.S. prime contractor to the bidders list for this procurement, the U.S. firm must be approved for participation in NATO ICB. U.S. firms are approved for NATO ICB on a facility-by-facility basis. The U.S. NATO ICB application is a one-time application. The application requires supporting documentation in the form of 1) a company resume indicating contracts completed as a prime contractor and 2) an annual report or set of financial documents indicating compilation, review, or audit by an independent CPA. U.S. firms can download a copy of the U.S. NATO ICB application from the following website: http://www.bis.doc.gov/index.php/other-areas/strategic-industries-and-economic-security-sies/nato-related-business-opportunities 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 company employee who should receive the bid documents Upon approval of the one-time NATO ICB application, the Department of Commerce will then know to issue a Declaration of Eligibility (DOE), which is the document used to nominate an approved facility to the bidders list for a particular NATO ICB project. IMPORTANT DATES Firms should request a DOE (and, for firms new to NATO ICB, submit a completed one-time NATO ICB application) by: 22 May 2018 Please note, however, that HQ SACT will continue to accept nominations to the bidders list (DOEs) past the nomination deadline and up to the bid closing date. HQ SACT issues IFIB (target): Contractors will be able to view the IFIB on or after 4 June 2018 at the following website: http://www.act.nato.int/budfin Bid closing (target): 17 July 2018 Period of performance: Base Period: 30 July 2018 - 31 December 2018 (5 months) Option Period 1: 1 January 2019 - 31 December 2019 (12 months) Option Period 2: 1 January 2020 - 31 December 2020 (12 months) Option Period 3A: 1 January 2021 - 30 June 2021 (6 months) Option Period 3B: 1 July 2021 - 31 December 2021 (6 months) Option Period 4A: 1 January 2022 - 30 June 2022 (6 months) Option Period 4B: 1 July 2022 - 31 December 2022 (6 months)
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/BIS/comp99/IFIB-ACT-SACT-18-48/listing.html)
- Place of Performance
- Address: Norfolk VA and Mons Belgium, Norfolk, Virginia, 23551, United States
- Zip Code: 23551
- Zip Code: 23551
- Record
- SN04921595-W 20180516/180514230817-9ae046d7657981cc24ac98887fa9b9d9 (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 |