Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 21, 2005 FBO #1425
SOLICITATION NOTICE

D -- NATO NC3A Notification of Intent (NOI) to Invite Bids for International Competitive Bidding (ICB) for Connection of Circuit Switched Users to the NATO General purpose Communication System (NGCS)

Notice Date
10/19/2005
 
Notice Type
Solicitation Notice
 
NAICS
334310 — Audio and Video Equipment 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-11713-CSC
 
Response Due
11/15/2005
 
Archive Date
11/18/2005
 
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 procurement of common-of-the-shelf (COTS) communications equipment to allow connection of voice circuit users to the NATO Core Network in various NATO and National locations. NC3A is serving as the Host Nation for this project, which was authorized by the Infrastructure Committee. NC3A intends to use basic (one step/one envelope) International Competitive Bidding (ICB) procedure. The successful bid pursuant to this IFB will be that bid which is compliant with the technical requirements and is the lowest price offered. The estimated value of this project will not be disclosed at this time. NC3A feels that disclosure of the budget information to prospective bidders may be detrimental to the execution of fair competition. The reference of the Invitation for International Bid (IFIB/IFB) is IFB-11713-CSC. The U.S. Department of Commerce will be using the same IFB reference. The project is to be implemented using COTS equipment that will be required to interoperate with the NATO Core Network voice switches, provided by Siemens. This interoperability, particularly in terms of the Multi-Level Precedence and Pre-Emption Service is considered a high risk project. Therefore prior to Contract Award, the Prospective Contractor will be required to demonstrate and validate its technical proposal for review and acceptance by the Purchaser. This Bid Validation effort shall take place within three weeks after the Prospective Contractor has been notified in writing by NC3A and will not last longer than two weeks. Should the Prospective Contractor not be able to demonstrate to the full satisfaction of NC3A that the proposed Technical Solution meets the Contractual requirements, then the Bid will be deemed non-compliant. SCOPE OF PROJECT The NATO Core Switches that form the Circuit Switched Component of the NGCS, or the NATO Core Network, were installed during 2000/2002. The network was further augmented in 1Q04. A total of 29 Core Switches are now installed. The scope of this project is for migration of IVSN (Initial Voice Switched Network - a legacy, analogue system) Direct Subscribers to the NATO Core Network, whether secure or non-secure and both for remote or co-located sites. It also includes provision of services in the countries which have recently become full NATO members and which do not have any IVSN services. Within this context, the scope of the IFB will be for the supply, installation and configuration of equipment to provide digital voice services to 667 users distributed across around 80 NATO sites and up to 504 NATO users at national facilities distributed across the NATO nations. Provision of related transmission services and encryption devices are being handled via separate ongoing Contracts and are not part of this IFB. GENERAL REQUIREMENTS The implementation of this project will involve the migration of user services from the analogue IVSN network to digital PABXs and the digital NATO Core Switches that make up the NATO Core Network. The implementation solutions for the transition of these services will fall into one of two distinct types, depending on the services required by the user. The first type, namely Multi-Level Precedence and Pre-emption (MLPP) service, requires implementation of equipment to provide MLPP services to users to be connected directly to the NCN backbone, using equipment compatible with the MLPP protocols and signaling used by the NCN. The second type does not require this direct connection, and can connect through any digital PABX with suitable connectivity to the NCN. The project will implement all equipment and services necessary to connect the users authorized under this project to the NCN. There are numerous solutions to this which will include: (a) Provision and implementation of user terminals directly connected to existing PABXs or NATO Core Switches; (b) Provision and implementation of user terminals with Remote Access Device (RAD) to connect one or two remote users to existing PABXs or NATO Core Switches. RAD must be transparent and pass ISDN Signaling including MLPP; (c) Provision and implementation of ISDN Switches compatible with the NCN MLPP signaling where there are concentrations of approved MLPP users remote from the NATO Core Switch; (d) Provision of equipment, without installation, for use on-board ships to allow connectivity to the NCN over low bandwidth circuits; (e) Software or hardware upgrades to local PABX where required. User terminals will be installed, connected and configured by the Contractor. Some will be secure terminals (provided as Purchaser Furnished Equipment (PFE)) with ISDN terminal adaptors (provided as PFE); others will be provided by the Contractor and must be compatible with the NCN MLPP signaling protocols where required. It is initially estimated that around 37 MLPP-compatible ISDN switches and 313 (pairs of) ISDN Range extenders (for the connection of remote users) will be required, though these figures are subject to change based on the findings of site surveys. It should be noted that the NCN is implemented using Siemens HiCOM and HiPath digital switches and provides MLPP services through use of proprietary signaling extensions. Transparent compatibility with these services will be required for all equipment supporting MLPP users. It should additionally be noted that this project does not include provision for a management system. All supplied equipment must be capable of being fully managed from the current NCSA management system, namely Siemens HiPath Manager and HP Openview. IMPLEMENTATION CONCEPT The Contractor will be responsible for the planning, provision, installation, configuration and integration all equipment needed to provide the required services to the authorized users. The Contractor will be required to hold premium-level (e.g. gold, silver) partner status with the vendor of their proposed main equipments, and will be required to utilize personnel with suitable vendor certifications for design, installation and configuration activities. The migration strategy will be described in the IFB and foresees a significant responsibility for the Contractor. Prior to implementation, the prospective Contractor will be required to demonstrate compliance by performing a Proof of Concept Test for Technical Evaluation at NC3A-The Hague in addition to the initial validation effort undertaken as part of the Bid Evaluation. LOGISTICAL SUPPORT The Contractor will be responsible to provide hardware and software maintenance at all locations during the Warranty Period. The contractor will also be required to provide a comprehensive Integrated Logistics Support package, including spares, technical documentation and training documentation. Follow-on support will be by means of a Contractor Logistic Support arrangement, covering 24/7 telephone & email support and on-site support on demand. ELIGIBILITY Interested firms must be nominated by their National Authorities with the required Declaration of Eligibility along with certification of their security clearances. REQUESTS FOR PARTICIPATION RECEIVED DIRECTLY FROM FIRMS CANNOT BE CONSIDERED. The National Delegations are advised that the IFB package will contain material classified up to NATO RESTRICTED, and certification of the Prospective Bidders clearance to handle this material will be required before bid documentation is released. Prospective Bidders should also be aware that contractor personnel will be called on to work at a NATO site in conjunction with the contract and such contractor personnel will be required to have security clearances to the level of NATO SECRET. IMPORTANT DEADLINES 1. Final date for the U.S. Embassy in Brussels to submit a Declaration of Eligibility (nomination letter) on your behalf: 16 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. Anticipated closing date for receipt of bids: December 2005 4. Anticipated contract award date: March 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
SN00917744-W 20051021/051019211759 (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.