Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 02, 2006 FBO #1557
SOLICITATION NOTICE

H -- NATO Notification of Intent to Invite Bids for International Competitive Bidding for Geospatial Independent Verification and Validation Team for Bi-SC AIS Core Geographic Services Implementation

Notice Date
2/28/2006
 
Notice Type
Solicitation Notice
 
NAICS
541370 — Surveying and Mapping (except Geophysical) Services
 
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-11934-GIS
 
Response Due
4/4/2006
 
Archive Date
4/6/2006
 
Description
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 on the procurement of a Geospatial Independent Verification and Validation (IV&V) team for the duration of the implementation of the Bi-SC AIS Core Geographic Services Capability. Bi-SC AIS Core Geographic Services Capability is part of the overall project to provide a Final Geographic Information System throughout the NATO Command Structure, and in support of KFOR and ISAF. NC3A is serving as the Host Nation for this project, which was authorized by the NATO Infrastructure Committee. Contractor selection will be based on the lowest compliant bid through the use of the One Step Procedure. The reference of the Invitation for International Bid (IFB) is IFB-CO-11934-GIS. The U.S. Department of Commerce will be using the same IFB reference. The resulting Geospatial IV&V Team Contract shall be ineligible for award of IFB-CO-11424-GIS (Bi-SC AIS Core Geographic Services Capability). Further, the Geospatial IV&V Team Contractor shall be fully independent of the Contractor accomplishing the above cited Contract and his respective Sub-Contractors. As such, the IFB and the resulting Contract(s) will contain an Exclusion from Present and Future Work provision, which will exclude the successful Contractor from participation in any other Contract related to the implementation of Bi-SC AIS Core Geographic Services Capability. This exclusion clause shall also apply to any parent subsidiaries (including international divisions) of the Contractor. The IFB package will not contain material of a classified nature. Prospective bidders should be aware, however, that Contractor personnel will be called upon to work at a NATO site in connection with the Contract and such Contractor personnel will be required to have security clearances to the level of NATO SECRET. All such personnel clearances must be in place prior to the contract award. SCOPE OF PROJECT The Bi-SC AIS Core Capability Services project is aimed at providing an Enterprise-level Distributed and Guaranteed Geospatial Services Provision sustained by the Organization Geographers Community to ensure that all phases of military operations are conducted on the same spatial and time frame of reference to enable fighting off the same map at the strategic, operational, and tactical levels. The central goal is to move away from GIS product-driven solutions and toward Geospatial business services. By focusing on the Geospatial Services, applications are aggregated to provide richer, more meaningful business processes reflecting a truer alignment with the Geospatial-related business model. The Architectural Objective of the Bi-SC AIS Core Geographic Services primarily targets the adoption and implementation of a Service Oriented Architecture (SOA) Concept and will be founded on an open n-tier and distributed architectural model providing modular, flexible, and autonomic architectural elements to support scalability as Commands grow, to support change management as missions change and evolve, and to leverage the evolution of technology. The Capability forms a mission-critical element of the overall Bi-SC AIS. In addition, open standards (ISO/TC211, IETF, W3C, OASIS, DGIWG, and OGC) are essential to the architecture success, not only from a modularity perspective, but in particular from an interoperability aspect. This is crucial in order to facilitate geospatial information exchange between the Core and Functional Services, not only within the Bi-SC AIS framework, but also with the nations. Open standards form the basis for a NATO Geospatial Interoperability Framework. The main activities to be undertaken by the Bi-SC AIS Core Geographic Services Capability Contractor are the design, testing, supply and installation (18+ sites), and training of the Staff. In order to assess the overall implementation process of a complex and mission-critical system, a Geospatial Independent Verification & Validation Contractor shall provide a Team, composed of a Senior Geospatial Business Analyst and Senior Geospatial Technology Architect/Engineer, that will be selected through this ICB to support the NC3A in evaluating the work being performed under the Bi-SC AIS Core Geographic Services Capability Implementation effort. The Geospatial IV&V Team will have to perform theirs tasks at different locations (NC3A-BE, NC3A-NL, NATO Sites/Commands, and Implementation Contractor facilities) to support the various phases of the project. Their main role will be to: - Conduct, maintain and monitor independent risk assessment, - Verify process conformance reviews and configuration audits, - Verify compliance of Contractor implementation deliveries, - Validate/Assist the Host Nation in Critical Reviews, - Inspect code, and verify and validate Implementation Contractor tests, - Independently validate the acceptance test results, and - Verify, validate, and contribute to the evolution of an Enterprise-based Geospatial Process Model. The Geospatial IV&V Team shall be operational/available on a permanent basis from Contract Award through Final System Acceptance of the Core GIS Project. As the duration is estimated at 30 calendar months, this will require 1200 man-days of effort (30 calendar months x 20 man-days/month x 2 profiles). BIDDING PROCEDURE The U.S. Department of Commerce does not serve as the Host Nation for NATO projects. Its role is to approve for bidding those firms of NATO-member nations with a facility located within the United States. Only firms approved by the U.S. Department of Commerce will be allowed to bid. Please visit the following website for instructions on applying for approval to bid on NATO projects: http://www.bis.doc.gov/defenseindustrialbaseprograms/OSIES/NATOprograms/index.htm A firm that has been approved for bidding on NATO projects must request that the U.S. Department of Commerce issue a Declaration of Eligibility (DOE) for each project on which the firm wishes to bid. The DOE is used to nominate the firm to the Bidders List for a particular project. The U.S. Department of Commerce forwards the DOE to the U.S. Embassy, which in turn forwards it to the Host Nation. The Host Nation will not accept requests for nomination received directly from firms. Firms that the U.S. Embassy nominates to the Bidders List will be contacted directly by the Host Nation when the Invitation for International Bidding (IFB) has been issued. IMPORTANT DEADLINES 1. Final date for the U.S. Department of Commerce to submit a Declaration of Eligibility on your behalf: 4 April 2006 2. Anticipated date that the Host Nation will forward the Invitation for International Bidding (IFB) to those on the Bidders List: April 2006 3. Anticipated closing date for receipt of bids: end of May 2006 4. Anticipated contract award date: July 2006
 
Record
SN00995982-W 20060302/060228212029 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.