Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 09, 2006 FBO #1564
SOLICITATION NOTICE

70 -- NATO Notification of Intent (NOI) to Invite Bids for International Competitive Bidding (ICB) to Extend the SHAPE Bi-SC AIS Core to the NU (NATO Unclassified) Network

Notice Date
3/7/2006
 
Notice Type
Solicitation Notice
 
NAICS
541512 — Computer Systems Design 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-11910-BISC-SHAPE
 
Response Due
3/27/2006
 
Archive Date
3/30/2006
 
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 a project to extend the SHAPE (Supreme Headquarters Allied Powers Europe) Bi-SC AIS (Bi-Strategic Commands Automated Information System) Core to the NU (NATO Unclassified) Network. Within the Bi-SC AIS there is a need to provide cost effective, secure, interoperable, survivable and robust NATO Unclassified Public Access Local Area Network (PA LAN) capabilities between Allied Command Operations (ACO) and Allied Command Transformation (ACT) and ensure interoperability with National Information Systems, which are connected to the Internet. These capabilities will be implemented for the different NATO Commands by multiple NATO Host Nations. This Contract will need to deliver PA LAN facilities at SHAPE and NCSA (NATO CIS Services Agency) Headquarters in Mons, Belgium, and will run in parallel with other Host Nation Contracts, which will deliver PA LAN facilities in the Commands in their Nations. The main purpose of the project is to ensure that the SHAPE - NCSA PA LAN is standardized and upgraded to be compliant with PA LANs throughout the Bi-SC AIS, and thus create a consistent baseline in the NU domain space. The main project objective will be to extend the Bi-SC Core Capability to the PA domains and provide a secure Remote Access solution that will be used by all Commands. 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 (One Envelope Procedure). All bids submitted in response to this IFB shall show the minimum validity of 12 (twelve) months from the bid closing date. The estimated value of this project is Euro 8.4 million (USD $9.9 million). The reference of the Invitation for International Bid (IFB) is IFB-CO-11910-BISC-SHAPE. The U.S. Department of Commerce will be using the same IFB reference. Only companies from the Participating NATO nations are eligible to engage in this competitive bidding process. In addition, all contractors, sub-contractors and manufacturers, at any tier, must be from participating countries. None of the work, including project design, labor and services shall be performed other than by firms from and within participating countries. SCOPE OF PROJECT The IFB package shall not contain material of a classified nature. Prospective bidders, however, should be aware that contractor personnel may 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 inclusive. All such personnel clearances must be in place prior to contract award. As the PA LAN is a NATO Unclassified Network, it will be based on standard COTS equipment. This project will provide SHAPE and NCSA: - Computers, Laptops and Peripheral Equipment - Networking Hardware, including switches, racks, local cable and wiring - Servers to support Firewall, DBMS, DMS, EMS, anti-virus, storage and Infrastructure Services - OEM versions of Operating System Software - Hard/software to support security service requirements - Replacement of any substandard hardware - A secure Remote Access Capability to allow users to access their mail and files when at home or on travel - Contract Support to install the system and, where required, do the system transition work required - Migration of Data on workstations and servers - Internet Access Gateway - Enterprise migration/setup for connected commands The Contractor shall provide an integrated system solution, utilizing as much as possible the existing infrastructure, procuring all additional necessary hardware, software, components, cables and connectors, and install, configure, test and achieve acceptance by NATO. This project will ensure that any existing or new client or server will be migrated to Windows XP/Windows 2003. The Contractor will install, integrate and test all equipment and configure all components based on NATO Bi-SC AIS Configuration Baseline. The remote access solution will need to provide authentication and identity management and access control at a granular level. The Contractor will be asked to provide comprehensive Management and Logistic Support plans. This would include, but may not be limited to, providing spare parts, warranty, periodic and emergency maintenance, technical documentation, as well as training. 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: 27 March 2006 2. Anticipated date that the Host Nation will forward the Invitation for International Bidding (IFB) to those on the Bidders List: May 2006 3. Anticipated closing date for receipt of bids: July 2006 4. Anticipated contract award date: September 2006
 
Place of Performance
Address: Mons, Belgium
 
Record
SN01001240-W 20060309/060307211826 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.