Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 31, 2007 FBO #2104
SOLICITATION NOTICE

D -- NATO Notification of Intent to Invite Bids for International Competitive Bidding to Develop Intelligence Functional Services (INTEL-FS) Spiral I Initial Operating Capability

Notice Date
8/29/2007
 
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, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
IFB-CO-12401-INTEL-FS
 
Response Due
10/2/2007
 
Archive Date
10/5/2007
 
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 for the provision of the INTEL-FS Spiral I ? Initial Operating Capability. This project is included in Project 2005/OIS03063 under the Capability Package Functional Services for Intelligence Support. The INTEL-FS Spiral I project is intended to provide the common elements of the INTEL-FS as a fully integrated component of the Bi-Strategic Command (BI-SC) Automated Information Systems (AIS) and to serve as a baseline for future enhancement. NC3A is serving as the Host Nation for this project, which was authorized by the NATO Infrastructure Committee. NC3A intends to use the Optional Preliminary Bidding Procedure. In this procedure, the formal Invitation for International Bidding (IFB) will be preceded by a Request for Bidders Views (RFBV) on a draft of the IFB. The RFBV release is planned for November 2007. The rough cost estimate for the implementation component of the Spiral I Increment 1 capability is Euro 11.1 million ($15.2 million). The implementation component of Increments 2 and 3 of the Spiral I capability are estimated at Euro 3.6 million ($4.9 million) and Euro 2.2 million ($3.0 million), respectively. The reference for the IFB is IFB-CO-12401-INTEL FS. The U.S. Department of Commerce will be using the same reference. Bidders will be required to declare a bid validity of 12 months from the closing date for receipt of bids, supported by a bid guarantee of Euro 100,000 ($136,500). Should the selection and award procedure exceed the bid closing date by more than 12 months, firms will be requested to voluntarily extend the validity of their bids and bid guarantee accordingly. Bidders may decline to do so, withdraw their bid and excuse themselves from the bidding process without penalty. Bids received in response to the IFB will be evaluated through a Best Value approach. The contract award is planned for the third quarter of 2008. The top-level bid evaluation criteria with their associated weightings will be as follows: price (50%), engineering (20%), management (15%), supportability (10%), and risk (5%). All bids will be evaluated against the criteria described above. When the evaluation is completed, the score for each bidder will be obtained through the weighted average of the stated evaluation factors by using the weights specified above and the following formula to obtain the weighted price score: Price Score = (50-(50*(Price of Bid/Average Price of All Bids-1)))*0.5 The solicitation will include a requirement for prospective bidders to demonstrate their financial ability to undertake this project and mandatory criteria for extensive experience with the provision of similar types of systems. Access to the capability is required at 18 static HQs and 18 deployable HQs. Training and reference systems are also required. Bidders will be required to quote for the provision of the capability to include hardware, software, documentation, installation, consultancy services, testing, on-site training, and on-site support. A three-year warranty period will also be included for maintenance and support of the system. Quotations will be on a fixed price basis for the total of the contract. Bid documents, including technical specifications applicable to the bidding and contractual documents, are expected to be NATO UNCLASSIFIED. Bidders may also be given access to a bidders library that may include material up to the level of NATO SECRET. Performance of the contract will also require contractors to have personnel and facility clearances at a level of NATO SECRET. The contractor is responsible for ensuring that the Defense Industrial Security Clearance Office (DISCO) forwards to the Host Nation the NATO clearance certifications for the contract. SCOPE OF PROJECT These services are required to complement the Bi-SC AIS core services with an integrated and supported suite of intelligence services capable of supporting the work of intelligence staffs at all static and deployable Command Facilities of the NATO Command Structure. The INTEL-FS Spiral I capability is also envisioned to expose those intelligence services and products needed by other functional areas, such as the management of intelligence information requests and reporting of enemy order of battle information. In accordance with the INTEL-FS capability package, it is expected that there will be three other spiral projects to complete the INTEL-FS capability, each expected to be acquired through separate procurements. The complete INTEL-FS Spiral I capability package is expected to be delivered in three increments, each increment providing an integral, usable and operationally-fielded capability. The current authorization is intended to address the initial increment, providing a basic INTEL-FS capability, which will then serve as the baseline for further enhancement in subsequent increments. It is envisioned that, given successful delivery of each preceding increment and agreement on scope and price for each subsequent increment, the selected contractor would be retained for each of the subsequent increments. The project will be subject to the Two Stage Authorization Procedure. A summary of the requirements of the project, subject to refinement during the requirements specification process, is available to potential bidders. The summary includes the projected capability to be delivered in each increment of the overall INTEL-FS Spiral I project. For a copy of the summary, send an email request to Lcarpent@bis.doc.gov 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 IFB has been issued. IMPORTANT DEADLINES 1. Final date to request Declaration of Eligibility: 2 October 2007 2. Planned date for release of RFBV: November 2007 2. Planned date for release of IFB: February 2008 3. Scheduled closing date for receipt of bids: May 2008 4. Anticipated contract award date: TBD
 
Place of Performance
Address: Not specified
Country: ?LAND ISLANDS
 
Record
SN01388808-W 20070831/070829220520 (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.