Acquisition Peter.Kowalski@ncia.nato.int Fax: +32 (0)2 707 8770 24 January 2014 NOTIFICATION OF INTENT Counter Improvised Explosive Device (C-IED) Capability Package to the NATO Response Force (NRF) IFB-CO-13667-NRF 3.2 Million (estimated cost basic scope + initial O&M) This high priority force-protection related procurement is in direct support of the NATO Response Force (NRF). This upcoming opportunity is anticipated to encompass Commercial-Off-The-Shelf (COTS) and Military-Off-The-Shelf (MOTS) hardware and software to meet the following requirements: to provide mobile explosive detection screening systems for vehicles, personnel and luggage. The IFB is planned to be issued in March 2014, with a Bid Closing Date in May 2014 and Contract Award in November 2014. NCIA Senior Contracting Officer: Mr Peter Kowalski E-mail: peter.kowalski@ncia.nato.int To Subject : See Distribution List : NOTIFICATION OF INTENT (NOI) TO INVITE BIDS FOR THE PROCUREMENT OF SUPPLIES AND SERVICES TO IMPLEMENT THE PROJECT C-IED CAPABILITY PACKAGE FOR THE NATO RESPONSE FORCE (IFB-CO-13667-NRF) Reference(s) : A. AC/4-DS(2013)0031 B. AC/4(PP)D/27001-ADD2 C. SRB/SEC(2008)005(INV) D. Serial 2011/5HQ03301/03302 E. AC/4-D/2261(1996 Edition) Page 1 of 8
1. In accordance with Reference (A), notice is hereby given of the intent of the NCI Agency, as the Host Nation, to issue an Invitation for Bid (IFB) in relation to the implementation of the project Counter Improvised Explosive Device (C-IED) Capability Package to the NATO Response Force (NRF). 2. A summary of the requirements of the Invitation for Bid is set forth in Annex A, attached to this letter. These requirements are being refined and detailed as part of the preparation of the Invitation for Bid. 3. The reference for the Invitation for Bid is IFB-CO-13667-NRF, and all correspondence concerning this IFB should reference this number. 4. The scope of work for this project has been authorised as recommended by References (A) thru (B). The estimated cost for the services and deliverables included within the basic scope of the intended contract is EUR 3.2 M. This estimate includes 1 year initial Operating and Maintenance (O&M) costs. 5. It is planned to place a single contract for the entire scope of work. No partial bidding will be allowed. 6. The NCI Agency is authorised to use the Reference (E) International Competitive Bidding (ICB) Procedure, lowest price technically compliant bid. The successful bid, pursuant to the IFB following this NOI, will be that bid which is the lowest price and technically compliant in accordance with the evaluation criteria prescribed in the IFB. 7. The formal IFB is planned to be issued in March 2014, with a Bid Closing Date in May 2014 and Contract Award in November 2014. 8. Pursuant to Paragraph 5 of Reference (E), National Responsible Authorities are kindly requested that the NCI Agency be provided with Declarations of Eligibility, not later than 24 February 2014, of qualified and certified firms which may be interested in receiving an Invitation for Bid for this project. The Declarations of Eligibility should include the following information: Name of the Firm, Telephone number, Fax number, E-mail address and Point of Contact within each of the nominated firms. This information is critical to enable prompt and accurate communication with prospective bidders and should be sent to the following address: NATO Communications and Information Agency Avenue du Bourget 140 1140 Evere, Belgium Attention: Peter Kowalski - Contracting Officer e-mail: peter.kowalski@ncia.nato.int Fax: +32 (2) 707 8770 9. Bidders will be required to declare a bid validity of nine (9) months from closing date for receipt of bids, supported by a bid guarantee of 320,000 Euros (three hundred twenty thousand Euros). If the selection and award procedure exceed the bid closing date by more than nine (9) months, firms may be requested to voluntarily extend the validity of their bids and the bid guarantee accordingly. Page 2 of 8
Bidders may decline to do so, withdraw their bid and excuse themselves from the bidding process without penalty. 10. The National Authorities are advised that the IFB package will be NATO UNCLASSIFIED. 11. The successful bidder may be required to handle and store classified information up to the level of NATO RESTRICTED. In addition, contractor personnel working on NATO sites will be required to hold individual security clearances of NATO SECRET. Only firms maintaining such cleared facilities and the appropriate personnel clearances will be able to perform the resulting contract. 12. It is requested that all firms interested in participating in this procurement be introduced by their National Authorities with the required Declaration of Eligibility and certification of the required security clearances. Requests for participation in this competition received directly from commercial firms cannot be considered. 13. Your assistance in this procurement is greatly appreciated. 14. The NCI Agency point of contact for this IFB is Mr Peter Kowalski at e-mail: peter.kowalski@ncia.nato.int. FOR THE GENERAL MANAGER: [Original Signed By] L.T. Herway Chief of Contracts Attachment(s): Annex A- Summary of the Requirements Page 3 of 8
Distribution List NATO Delegations (Attn: Infrastructure Adviser): Albania 1 Belgium 1 Bulgaria 1 Canada 1 Croatia 1 Czech Republic 1 Denmark 1 Estonia 1 France 1 Germany 1 Greece 1 Hungary 1 Iceland 1 Italy 1 Latvia 1 Lithuania 1 Luxembourg 1 The Netherlands 1 Norway 1 Poland 1 Portugal 1 Romania 1 Slovakia 1 Slovenia 1 Spain 1 Turkey 1 United Kingdom 1 United States 1 Embassies in Brussels (Attn: Commercial Attaché): Albania 1 Bulgaria 1 Canada 1 Croatia 1 Czech Republic 1 Denmark 1 Estonia 1 France 1 Germany 1 Greece 1 Hungary 1 Italy 1 Latvia 1 Page 4 of 8
Lithuania 1 Luxembourg 1 The Netherlands 1 Norway 1 Poland 1 Portugal 1 Romania 1 Slovakia 1 Slovenia 1 Spain 1 Turkey 1 United Kingdom 1 United States (electronic copy to brussels.office.box@mail.doc.gov) 1 Belgian Ministry of Economic Affairs 1 Distribution for information NATO HQ NATO Office of Resources Management and Implementation Branch Attn: Deputy Branch Chief 1 Director, NATO HQ C3 Staff Attn: Executive Co-ordinator 1 SACTREPEUR Attn: Infrastructure Assistant 1 Strategic Commands HQ SACT Attn: R&D Contracting Office & Mr Curtis Day 1 NCI Agency All NATEXs Belgium 1 Canada 1 Czech Republic 1 Denmark 1 France 1 Germany 1 Greece 1 Hungary 1 Italy 1 The Netherlands 1 Norway 1 Poland 1 Spain 1 Turkey 1 UK 1 Page 5 of 8
USA 1 NCI Agency DACQ (Mr. P. Scharuppe) 1 DACQ Contracts Award Board Admin. (Ms. Le Bourlot) 1 ACQ/Chief of Contracts (Mr. Tom Herway) 1 ACQ/Principal Contracting Officer (Ms. Tiziana Pezzi) 1 ACQ/ILS (Mr. Richard Proietto) 1 SS-CAT 5 Chief (Ms. Lillian Rossini) 1 SS-CAT 5 PM (Mr. Cristian Coman) 1 SS-CAT 5 TL (Mr. Thomas Vele) 1 EXM-NLO (Mr. Craig Ulsh + Mr. Laurent Foissey) 1 ACO Liaison Office (Mr. Wallace + Ms. Lund) 1 Registry (for distribution) 1 Page 6 of 8
ANNEX A SUMMARY OF REQUIREMENTS IFB-CO-13684-NRF PROVIDE NATO RESPONSE FORCE (NRF) COUNTER-IMPROVISED EXPLOSIVE DEVICES (C-IED) CAPABILITY PACKAGE (CP) Background NATO considers countering IEDs a high priority. Following lessons learned in recent operations, the NATO Commands developed military requirements to provide the NATO Response Force (NRF) with a force protection capability that allows them to conduct operations in a high-threat Improvised Explosive Device (IED) environment. The objective is to provide the NRF Deployable Headquarters (HQ) with a C-IED protection capability that is flexible, highly deployable, interoperable, scalable and sustainable in all potential NRF scenarios. Scope The project implemented through this contract covers the procurement of the screening systems within the Counter Improvised Explosive Devices (C-IED) Capability Package (CP) for the NATO Response Force (NRF). The implementation of the other capabilities under the C-IED NRF CP (i.e. armoured vehicles and electronic counter measures) will be addressed through other contracts. Operation, maintenance and warranty options are also included in this contract with the explicit goal of delivering a complete, life-cycle approach to the procurement and support of this capability for NRF. All processes and equipment will be held to NATO standards for testing, configuration management, quality assurance, and security. Execution of this project shall include regular communication and interaction with the NCI Agency Project Manager and his/her team, who will ensure that the project is completed in accordance with the standards as stated in the eventual contract. Additionally, the Contractor shall be expected to work closely with NATO operational authorities in both the design and implementation of the Contractor s final capability to ensure that it also conforms to NRF regulations and Standard Operating Procedures (SOP) for Countering IEDs. Work Requirements The project will provide NRF personnel with equipment which is able to detect improvised explosive devices and threatening materials concealed on persons, luggage or vehicles as part of the protection measures adopted for the NRF Deployable Headquarters. The main deliverables expected from the Contractor completing this project shall include: Design, development, integration and configuration of a mobile explosive detection vehicle screening capability for NRF HQ; Design, development, integration and configuration of a mobile explosive detection personnel and luggage screening capability for NRF HQ; Page 7 of 8
Test and accredit all hardware and software components in accordance with NATO regulations included in the Contract; Deliver the Capability to the required locations; Train NATO personnel in the operation and maintenance of all equipment; Provide on-site customer support and maintenance prior to Final System Acceptance; Perform all Project Management, Integrated Logistics Support, Quality Assurance, and Configuration Management activities in accordance with the Contract; Provide Customer Support and Maintenance as per the requirements described herein, including provision of a 1 year hardware and software warranty; Fully document all the elements of the solution; Execute all activities within the contractually required timelines. Schedule It is expected that the C-IED screening capability for NRF will be implemented within 12 months from the Effective Date of Contract (EDC), followed by one year of initial support, plus contractual options for the provision of extended operational, maintenance and training support, the duration of which will be finalized in the IFB. Page 8 of 8