Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 16, 2005 FBO #1420
SOLICITATION NOTICE

63 -- NATO NC3A Notification of Intent (NOI) to Invite Bids for International Competitive Bidding for the Acquisition of Electronic Protective Measures Modem Systems (EMS)

Notice Date
10/14/2005
 
Notice Type
Solicitation Notice
 
NAICS
335999 — All Other Miscellaneous Electrical Equipment and Component Manufacturing
 
Contracting Office
Department of Commerce, Bureau of Industry & Security, Office of Strategic Industries and Economic Security, Defense Programs Division, Room 3876 1401 Constitution Avenue, NW, Washington, DC, 20230
 
ZIP Code
20230
 
Solicitation Number
IFB-CO-11789-EMS
 
Response Due
10/14/2005
 
Archive Date
11/7/2005
 
Description
OVERVIEW The NATO Consultation, Command and Control Agency (NC3A) intends to advertise for International Competitive Bidding (ICB) on works and services within the framework of the NATO Security Investment Program. Eligible firms will be invited to bid for the provision of Electronic Protective Measures Modem System (EMS). The competitive bidding is limited to companies engaged in delivering similar capabilities to their National authorities. NC3A is serving as the Host Nation for this project, which was authorized by the Infrastructure Committee. The total value is estimated at 10 million Euros ($12 million USD). The reference of the Invitation for International Bid (IFIB/IFB) is IFB-CO-11789-EMS. The NATO project number is 2001/5CM03013-0. The U.S. Department of Commerce will be using the same IFB reference. SCOPE OF PROJECT 1. NATO has identified the need for a Super High Frequency (SHF) Anti-Jam (AJ) Satellite Communications Network Modem capability within NATO IV and NATO V Satellite Communications System. That capability is to be provided by the Electronic Protective Measures (EPM) Modems System (EMS). 2. EMS shall support at SHF the communication and associated control capabilities under jamming conditions for deployed CJTF operations at Medium Data Rates (MDR) [64 kbps, 2Mbps]. 3. EMS shall comply with Ratification draft of STANAG 4606 edition 1, dated 25 August 2004. 4. EMS equipment shall meet the environmental conditions that apply for operations involving land or maritime deployments. The TRANSEC function and the control messages exchanged between control entities over the air (i.e. between the Network controller and controlled terminals) shall be secured in accordance with NATO security policy. 5. EMS shall operate within the coverage area involving a group of land and/or maritime users deployed under one or more beams supporting three concurrent Major Joint Operations (MJO) or more than three concurrent Operations smaller than an MJO. 6. EMS shall support operations where users are all in the same coverage; such as Land, Maritime, NATO. 7. EMS shall support operations where users are spread under coverages which do not overlap and are cross strapped on board of the satellite, i.e. between: (a) Land coverage and NATO coverage (including when Land coverage and NATO coverage do not overlap); (b) Maritime coverage and NATO coverage (including when Maritime coverage and NATO coverage do not overlap). 8. EMS shall support point to point and network mode of operations as defined in STANAG 4606, Edition 1. Specific maritime mode of operations such as: (a) Listen only; (b) Electronic Supportive Measures as per STANAG 4606, Edition 1; and (c) Operation in presence of worst-case maritime platform dynamic with a minimal degradation in performance. EMS Main Components: 1. Channel Units (CU): Cus can be configured either as Communications Units or Control Units, and are installed into rack mounted assemblies. 2. Local Management Equipment (LME): LME is able to manage a given number of rack-mounted assemblies. Not that an LME could possibly be physically integrated in a rack-mounted assembly. 3. A fit (for a SGS/SGT, a TSGT or any other NATO installation) is defined as the association of a LME and CUs, integrated in one or several rack mount assemblies, according to the quantities. 4. EMS Planning Computers (EPC): EPCs are required to support mission planning services at the SATCOM Active Control Center (SACC) premises. A second EPC at the SATCOM Backup Control Center (SBCC) premises serves as a backup. Note that the EPC requirements describe the functions that are required to plan and configure an EMS network. The EPC requirements may be implemented as multiple distinct functional processing entities, and utilize multiple LRUs (Lowest Replaceable Units) as appropriate. EMS Deliverables: The scope of work encompasses the delivery of equipment within 3 Contract SLICES, the first one being firm, the others optional. An additional 4th SLICE is to be potentially used as a baseline between the selected bidder and any NATO Nation. The contractor shall: 1. Execute the systems engineering, project management, quality assurance and configuration management requirements of the Contract. 2. Adapt an existing Electronic Protective Measures (EPM) system design to the requirements of the technical specifications of this contract. 3. Put such a design into production. 4. Deliver EMS capabilities in accordance with the Contract Schedule and ensure that preparation activities are completed in accordance with the installation requirements of the delivered EMS system. This in general involves test and evaluation of all the subassemblies, assemblies, components and parts, system integration and in particular, involves: (a) Ensuring that the delivered EMS capabilities are and approved by the National Cryptographic Security Agency of the selected contractor and validated by SECAN. (b) Assisting the Purchaser in installing EMS capabilities in two NATO Transportable SATCOM Ground Terminals (TSGT). (c) Installing the required central EMS capabilities at two Anchor terminals, called Static Satellite Ground Stations (SGS) and interfacing those capabilities with the SACC and SBCC. (d) Installing two EMS Reference Configurations; one Reference Configuration at NATO CIS School Latina (Italy) to support training on EMS operation and the other at NC3A the Hague (Netherlands) to support interoperability trials and testing; (e) Ensuring that the site installation/site preparation activities are completed in accordance with the installation requirements of the delivered EMS system. (f) Fully documenting the design, operation, and maintenance of the EMS by providing the required manuals, supporting technical data, computer software and drawings required by the Contract. (g) Carrying out an Integrated Logistic Support (ILS) Program, if that option is retained by the Purchaser. (h) Training Purchaser personnel in the operation and maintenance of the EMS. (i) Demonstrating that the EMS Systems meet the Reliability, Maintainability, and Availability (RMA), requirements of the Contract. (j) Implementing and executing the warranty procedures required under the contract. 5. The contractor shall provide all necessary resources to include services, personnel, materials, components, equipment, data and documentation needed to fulfill all contract provisions. 6. The contractor shall support and maintain the EMS in the Operational Evaluation period from Provisional System Acceptance until Final Systems Acceptance of EMS. 7. The contractor shall warrant the EMS and contractor developed software after the date of Final Systems Acceptance. 8. Following successful completion of the EMS Warranty provisions of this contract, if the options for contractor Logistics Support is/are exercised, the contractor shall provide such support under the terms of the contract to be set forth. ELIGIBILITY Interested firms must be nominated by their National Authorities with the required Declaration of Eligibility. REQUESTS FOR PARTICIPATION RECEIVED DIRECTLY FROM FIRMS CANNOT BE CONSIDERED. IMPORTANT DEADLINES 1. Final date for the U.S. Embassy in Brussels to submit a Declaration of Eligibility (nomination letter) on your behalf: 1 November 2005. 2. Anticipated date that the Invitation for International Bidding (IFIB/IFB) will be forwarded to those on the Bidder List (distribution of the Cahier des Charges): November 2005. 3. The anticipated bid closing date for receipt of bids is scheduled for January 2006. CERTIFICATION THE U.S. DEPARTMENT OF COMMERCE DOES NOT SERVE AS THE CONTRACTING AGENCY FOR NATO PROJECTS. HOWEVER, ALL FIRMS WHOSE FACILITY IS LOCATED WITHIN THE UNITED STATES MUST BE CERTIFIED BY THE U.S. DEPARTMENT OF COMMERCE IN ORDER TO QUALIFY TO BID FOR THIS PROCUREMENT. The contracting entity is the NATO Consultation, Command and Control Agency (NC3A). Only firms that the U.S. Department of Commerce has certified as eligible will be allowed to bid. A Declaration of Eligibility (nomination letter) will be submitted on their behalf to the U.S. Embassy in Brussels, which will in turn provide the Declaration of Eligibility to the contracting entity. Please visit the following website for more information regarding receiving certification and the required Declaration of Eligibility: http://www.bis.doc.gov/defenseindustrialbaseprograms/OSIES/NATOprograms/index.htm
 
Record
SN00915861-W 20051016/051014211811 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.