Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 06, 2009 FBO #2843
SOLICITATION NOTICE

N -- NATO International Competitive Bidding (ICB): Provision of Radio Network for Air Operations in ISAF

Notice Date
9/4/2009
 
Notice Type
Presolicitation
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
Department of Commerce, Bureau of Industry & Security, Department of Commerce, 1400 Pennsylvania Avenue, NW, Room 1099D, Washington, District of Columbia, 20230
 
ZIP Code
20230
 
Solicitation Number
IFB-CO-12880-OPL
 
Archive Date
9/18/2009
 
Point of Contact
Elsie Carroll, Phone: 202-482-8228, Lee AnnCarpenter, Phone: 202-482-2583
 
E-Mail Address
ecarroll@bis.doc.gov, lcarpent@bis.doc.gov
(ecarroll@bis.doc.gov, lcarpent@bis.doc.gov)
 
Small Business Set-Aside
N/A
 
Description
The NATO Consultation, Command and Control Agency (NC3A) intends to invite bids on the provision of a Radio Network for Air Operations in the International Security Assistance Force (ISAF). NC3A is serving as the NATO procurement agency for this project, which is being funded within the framework of the Infrastructure Committee. NC3A has been authorized to use the Alliance Operations and Missions (AOM) International Competitive Bidding (ICB), Best Value Procedures. The successful bid pursuant to this IFB (Invitation for Bid) will be the bid that is the best value for the money offered. The top-level bid evaluation criteria will be Price (50%) and Technical (50%). The second-level technical sub-criteria and weighting factors will be Technical Approach (35%), Supportability - Integrated Logistics Support (35%), and Management (30%). The estimated value of this project is not available at this time. The reference for the Invitation for Bid (IFB) is IFB-CO-12880-OPL and all correspondence concerning this IFB should reference this number. The U.S. Department of Commerce will be using the same reference. NC3A plans to place a single contract for the entire scope of work. No partial bidding will be allowed. The IFB package will be NATO UNCLASSIFIED. 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 that such contractor personnel will be required to have security clearances to the level of NATO SECRET. The contractor is responsible for ensuring that the Defense Industrial Security Clearance Office (DISCO) forwards to the NATO contracting agency the NATO clearance certifications needed for performance of the contract. BACKGROUND This procurement is designed to support Air Operations in Afghanistan. A Radio-over-IP network was implemented during the period from 2005 to 2007. The current network consists of 10 radio sites, providing coverage down to 22,000 ft. above ground level, and one control site located at ISAF HQ Kabul, providing access to the Air Operators at the Combined Joined Operations Center (CJOC). Connectivity between the radio sites and the control site is provided by the NATO WAN infrastructure. The current radio sites are deployed in mobile boxes as a tactical solution, and are built from a combination of commercial-off-the-shelf (COTS) hardware and military VHF-UHF transceivers. A proprietary hardware and software solution, specifically developed for this system, is used to provide remote monitoring and control capability of all radio site hardware. The control site is built around a COTS Air Traffic Control (ATC) Voice Communication System (VCS), to handle the control of the radio channels at each radio site. The coverage provided by the current radio network is not sufficient to support the current operations. In addition, the reliability and robustness of the current network needs to be improved. SCOPE OF WORK The network shall be upgraded with an implementation of eight additional radio sites to increase the current radio coverage down to 10,000 ft. above ground level. The new radio sites shall be based on the existing system architecture. The existing VCS at the control site shall be upgraded accordingly. A remote operation position shall be implemented at a secondary location from the existing control site, to provide air operators from other Air Traffic Control elements access to the Air C2 radio network through the existing VCS. Both the new as well as the existing radio sites shall be installed in environmentally controlled CIS shelters to provide a protected environment for the radio site equipment. The delivery of the shelters for 14 radio site locations is part of this project. Proprietary interfacing hardware and software for each radio site will be delivered as Purchaser Furnished Equipment (PFE) to the prospective contractor, who shall be responsible for the final integration. All new contractor-provided hardware needs to be fully compatible with the existing system architecture and defined interfaces. All existing hardware shall be reused. The prospective contractor shall be responsible for the full integration works, including the onsite installation at up to 18 different radio site locations in Afghanistan. All installations shall be on NATO compounds. The prospective contractor shall establish a project management organization to meet the installation requirements under the environmental constraints of an operational theatre. BIDDING PROCEDURE Before a firm can be nominated to the bidders list for a NATO ICB procurement, it must be approved for participation in NATO ICB. Firms are approved for NATO ICB on a facility-by-facility basis. Only facilities located in NATO member nations may participate in NATO ICB. The U.S. Department of Commerce approves facilities that are located within the United States. U.S. firms will find a copy of the U.S. NATO ICB application at the following website: http://www.bis.doc.gov/defenseindustrialbaseprograms/OSIES/NATOprograms/index.htm The NATO ICB application is a one-time application. The application requires supporting documentation in the form of 1) a company resume and 2) an annual report or set of financial documents indicating compilation, review, or audit by an independent CPA. The application and supporting documentation may be submitted as e-mail attachments. If, when submitting the application, your firm is interested in a specific NATO ICB project, please include the following in the text of your email: - the title and/or solicitation number of the project - the name/phone/FAX/email of the point of contact for the bid documents Upon approval of your one-time NATO ICB application, the Department of Commerce will then know to follow up by issuing a Declaration of Eligibility (DOE) for that project. A DOE is used to nominate an approved firm to the bidders list for a particular NATO ICB project. Using the contact information indicated on the DOE, the NATO contracting agency will contact the firm directly when the IFB has been issued. IMPORTANT DEADLINES 1. Final date to request a DOE (and, for U.S. facilities not yet approved for NATO ICB, to submit a completed NATO ICB application): 15 September 2009 2. Anticipated IFB release date: end of September 2009 3. Anticipated bid closing date: November 2009 4. Anticipated contract award date: first quarter 2010
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/BIS/comp99/IFB-CO-12880-OPL/listing.html)
 
Record
SN01942393-W 20090906/090905002020-7f9f4d92d35d9efc20272b4779ffec3b (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.