Notification of Intent

Similar documents
Notification of Intent. Purchase of Alcatel-Lucent/Nokia equipment

Notification of Intent to Invite International Competitive Bids for the

Notification of Intent 555B Croatia Project IFB-CQ B-HRV

Acquisition Directorate Telephone: NCIA/ACQ/2017/ February 2017.

Notification of Intent to Invite International Competitive Bids

LAS VIRGENES MUNICIPAL WATER DISTRICT 4232 Las Virgenes Road, Calabasas, California 91302

Ballistic Missile Defence

Request for Quotation (RFQ) Solicitation Overview

Request for Proposal. Skidmore Tynan Independent School District. ERate

DOING BUSINESS WITH THE. Orange County Board of County Commissioners. Orange County Procurement Division

TOPIC: CONTRACTS STATE OF MISSISSIPPI DEPARTMENT OF EDUCATION SECTION 17.0 PAGE 1 OF 38 EFFECTIVE DATE: MAY 1, 2017 REVISION #4: MARCH 1, 2017

The First Microfinance Bank Afghanistan (FMFB-A)

PROCUREMENT PLAN. Implementing Agency: N/A. Date of First Procurement Plan: 28 January 2008 Date of this Procurement Plan: 26 March 2014, Rev.

Request for Proposal RFP # , Managed Network Services

Professional Development and Training Services

New England Telehealth Consortium

NON-INSTRUCTIONAL SERVICES: Purchasing

Internet WAN RFP. Request for Proposal for Internet WAN. Colquitt County Schools. Issuance of RFP 02/25/2015

DVBE Transmittal Form

Advance Notification of forthcoming Market Survey APMS

REQUEST FOR PROPOSALS

Request for Proposals (RFP) for Planning Consultant Services Africa Town Neighborhood Revitalization Plan. Bid#NRP2015-1

Global Partnership on Output-based Aid Grant Agreement

Overview of Operational Procurement. Nancy Bikondo - Omosa Procurement Specialist Procurement Policy and Services Group June 2013

INVITATION FOR BID Notice to Prospective Bidders IFB # Date Stamp Equipment Preventative Maintenance and Repair Services

Request for Proposals. For RFP # 2011-OOC-KDA-00

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSAL FOR. Document Management System for a Tribal Governmental Organization PROPOSAL NO. FY2012/041

Request for Proposal George West Independent School District ERate

REQUEST FOR PROPOSAL: SAN EXPANSION & OPTIMIZATION

BREMEN CITY SCHOOL NUTRITION PROGRAM PROCUREMENT PLAN

Request for Proposal for Digitizing Document Services and Document Management Solution RFP-DOCMANAGESOLUTION1

Prepared By SUPPLY CHAIN SERVICES * * * RESUME REQUEST, INSTRUCTIONS TO PROPOSERS, PROPOSAL FORMS, CONTRACT FORMS, AND POSITION DESCRIPTION(S)

Informational Workshop How to do Business with the City of Irvine March 31, 2011

REQUEST FOR PROPOSAL #MAC103017

Digital Copier Equipment and Service Program

Real Property 1 (RP1) Property Management and Project Delivery Services

Request for Proposal

Suffolk COUNTY COMMUNITY COLLEGE PROCUREMENT POLICY

Request for Proposals (RFP) for Technical Assistance U.S. Department of Housing and Urban Development Programs

PROCUREMENT PLAN. Procurement of Goods and Works

DALTON PUBLIC SCHOOLS REQUEST FOR PROPOSAL. RFP FY18 Drivers Education RFP

CITY OF HONDO ENGINEERING REQUEST FOR QUALIFICATIONS

REQUEST FOR PROPOSALS

NATO SATCOM Post 2000 (NSP2K) Dr. Pravin C. Jain Chief Scientist, GE Defense Information Systems Agency

Operational Programme Entrepreneurship and Innovations for Competitiveness Regional Office of CzechInvest for South Moravia region

Architectural Services

4/6/2018. Guidelines for Administering Equal Employment Opportunity in Public Contracts

ADDENDUM NUMBER 02 TO THE BID DOCUMENTS. BID NUMBER: SJCC Parking Garage LED Lighting Retrofit EVERGREEN VALLEY COLLEGE

FISCAL & COMPLIANCE AUDITS

Nepal Telecom. Nepal Doorsanchar Company Limited. Terms of Reference (TOR) for Consultancy Services for Marketing of Nepal Telecom s Services

BIDS MAY BE SUBMITTED BY OR TIME RECORDED MAIL DELIVERY (UPS, FEDEX)

CHAIRMAN OF THE JOINT CHIEFS OF STAFF INSTRUCTION

SOP Procurement Standard Operating Procedures Grow Southwest Indiana Region 11 RWB Approval Date: 08/26/2011

COAST COMMUNITY COLLEGE DISTRICT REQUEST FOR PROPOSALS #2075. For. Student Refund and Financial Aid Disbursement Payments

FEDERAL REPUBLIC OF NIGERIA

MISSISISSIPPI STATE UNIVERSITY Request for Proposals (RFP) MSU #18 03 Communications as a Service Solution

Request for Offer (RFO) # Change Management Requirements

Dated: 8/29/17. IFB No. B For Purchase & Installation of Manufactured Home

KDOT Procurement Guidelines for STP/CMAQ Funded Planning, Education, and Outreach Projects Effective 10/1/12

Architectural & Engineering Services for Cath Lab RFP

REQUEST FOR PROPOSALS RFP# CAFTB

REQUEST FOR PROPOSALS (RFP) Information Technology Services

ADMINISTRATION DEPARTMENT

COMPANY CONSULTING Terms of Reference Development of an Open Innovation Portal for UTFSM FSM1402 Science-Based Innovation FSM1402AT8 I.

REQUEST FOR PROPOSAL (RFP)

Department of Defense INSTRUCTION. SUBJECT: Security of Unclassified DoD Information on Non-DoD Information Systems

Pasadena First. Buy Local. City of

Government of Bihar. STATE HORTICULTURE MISSION Barrack No. 13, Main Secretariat, Patna

Request for Proposals (RFP)

TERREBONNE PARISH REQUEST FOR QUALIFICATIONS FOR ENGINEERING SERVICES. Generator Sizing and Installation

REQUEST FOR INFORMATION STAFF AUGMENTATION/IT CONSULTING RFI NO.: DOEA 14/15-001

REQUEST FOR PROPOSALS SELECTION OF EXECUTIVE SEARCH FIRM

BUYING GOODS AND SERVICES

REQUEST FOR PROPOSAL (RFP)

MEETING AGENDA. Meeting Time: 9:30 AM Project Name: Chicago Park District Group A

CITY AND COUNTY OF SAN FRANCISCO DEPARTMENT OF ELECTIONS

Social Media Management System

INVITATION FOR BIDS (IFB) USAID Juba, South Sudan Building Responsibility for the Delivery of Government Services Program in South Sudan

Establishment of Computer Labs in Government Girl s Institutions of Islamabad Capital Territory Phase 2

Metropolitan Washington Airports Authority. Request for Qualifications Information. Architectural / Engineering Design Services.

Department of Defense INSTRUCTION

Georgia Lottery Corporation ("GLC") PROPOSAL. PROPOSAL SIGNATURE AND CERTIFICATION (Authorized representative must sign and return with proposal)

CALL FOR PROPOSALS No. GOG/02_2017/01

Regional Greenhouse Gas Initiative, Inc. Request for Proposals #18-01 RGGI Auction Services Contractor. June 18, 2018

PROCUREMENT PLAN. Consulting Services

EXECUTIVE OFFICE FOR ADMINISTRATION AND FINANCE OPERATIONAL SERVICES DIVISION

PREQUALIFICATION DOCUMENT FOR VARIOUS CATEGORIES

MPG SBA 8(a) Ordering Guide

New England Telehealth Consortium

Creating Community Solutions September 15, 2017

REQUEST FOR PROPOSALS (RFP) TRIENNIAL PERFORMANCE AUDIT FOR THE MADERA COUNTY TRANSPORTATION COMMISSION

Title:F/A-18 - EA-18 Aircraft / System Program Protection Implementation Plan

Department of Defense DIRECTIVE

Automated Passport Control (APC) Kiosks

MONTGOMERY COUNTY, OHIO SECTION 3 CONTRACTING POLICY & PROCEDURES

DOCUMENTS GPOBA GRANT NUMBER TF Global Partnership on Output-based Aid. Grant Agreement

Aim Higher EUROSTARS. Funding excellence in innovation. Guidelines for >Commitment and signature form >SME declaration. August 2016 Version 2.

Automated Airport Parking Project

AMENDMENT OF SOLICITATION

Transcription:

Acquisition NATO Communications and Information Agency 7010 SHAPE, Belgium Telephone: +32 (0) 65 44 6160 18 May 2016 Notification of Intent NATO Wide PAN and BPS Support Services IFB-NCIA-CS-16-05 Estimated Annual Value: 1,500,000 Period of performance: 1 base year + 4 options The NATO Communications and Information Agency (NCI Agency) is responsible for the in-service support of major NATO Communications and Information Systems under the management and monitoring of the Core Enterprise (CES) and Cyber Security (CS) Service Lines (SL), located at SHAPE (Mons, Belgium). The NCI Agency has a requirement to procure the hardware and software support required to operate and maintain the NATO Public Access Network (PAN) and NATO Boundary Protection Services (BPS) products and software/programming support for the associated devices used in NATO networks (static networks, deployable systems (DCIS) and in NATO theatres of operation). The formal IFB is planned to be issued beginning of July 2016 with a Bid Closing Date on 1 st of September 2016 and Contract Award in November 2016. Effective start date of future contract will be 01 Jan 2017. Principal Contracting Officer: E-mail: alain.courtois@ncia.nato.int Contracting Officer: E-mail: yseult.godimus@ncia.nato.int Page 1 of 5

To: Subject: Distribution List Notification of Intent to Invite Bids for International Competitive Bidding NATO Wide PAN and BPS Support Services. IFB-NCIA-CS-16-05 1. Notice is hereby given of the intent of the NATO CI Agency, to issue an Invitation for International Bid in relation to the provision of NATO Wide PAN and BPS Support Services. 2. A summary of the requirements of this Invitation for Bid (IFB) is set forth in Annex A, attached to this letter. 3. The reference for the Invitation for Bid is IFB-NCIA-CS-16-05, and all correspondence concerning this IFB should reference this number. 4. The estimated cost for the services and deliverables included within the basic scope of the intended contract is EUR 1,500,000 per year. The contract will include four one-year options. 5. NCI Agency will use International Competitive Bidding (ICB) Procedure for this procurement with a source selection process of lowest price technically compliant. 6. It is planned to place a single contract for the entire scope of work. No partial bidding will be allowed. 7. The formal IFB is planned to be issued beginning of July 2016 with a Bid Closing Date on 1 st of September 2016 and Contract Award in November 2016. Effective start date of future contract will be 01 Jan 2017. 8. National Authorities are advised that the IFB package will be. However, execution of the proposed contract will require unescorted access and work of contractor personnel at NATO Class II security areas and personnel of the winning bidder will be required to hold individual security clearances of NATO SECRET. Only companies maintaining appropriate personnel clearances will be able to perform the resulting contract. 9. Bidders are advised that there will be a tentative bid validity of 6 months from the closing date for receipt of bids. Should the selection and award procedure extend beyond 6 months after the Bid Closing Date, firms will be requested to voluntarily Page 2 of 5

extend the validity of their bids. Bidders may decline to do so, withdraw their bid and excuse themselves from the bidding process without penalty. 10. National responsible authorities are kindly requested that the NCI Agency be provided with Declarations of Eligibility, not later than 14th of June 2016 of qualified and certified firms which are interested in bidding for this project. In addition to the certifications of the firm's security clearance required under this NOI, the Declarations of Eligibility shall include the following information for each of the nominated firms: name of the firm, telephone number, fax number, e-mail address and Point of contact. This information is critical to enable prompt and accurate communication with prospective Bidders and should be sent to the following address: NATO CI Agency Building 302 Annex Room 110 7010 SHAPE, Belgium Attention: Contracting Officer E-mail: yseult.godimus@ncia.nato.int 11. It is emphasised that requests for participation in this competition received directly from individual firms cannot be considered. 12. Any inquiries with regards to this notification should be made directly to the Contracting Officer, at email yseult.godimus@ncia.nato.int 13. Your assistance in this procurement is greatly appreciated. FOR THE GENERAL MANAGER: Alain COURTOIS Principal Contracting Officer Attachment: Annex A- Summary of the Requirements Page 3 of 5

ANNEX A SUMMARY OF REQUIREMENTS 1. Background The NATO Communications and Information Agency (NCI Agency) is responsible for the inservice support of major NATO Communications and Information Systems under the management and monitoring of the Core Enterprise (CES) and Cyber Security (CS) Service Lines (SL), located at SHAPE (Mons, Belgium). The Agency has a requirement to procure the hardware and software support required to operate and maintain the NATO Public Access Network (PAN) and NATO Boundary Protection Services (BPS) products and software/programming support for the associated devices used in NATO networks (static networks, deployable systems (DCIS) and in NATO theatres of operation). 2. Scope This Statement of Work covers the technical support required to operate the NATO Public Access Network (PAN) that connects the NATO Unclassified Wide Area Network (NU WAN) to the Internet, and which is under NCIA management. The PAN Enterprise consists of various hardware platforms, appliances and software. It also covers the technical support required to operate the existing Palo Alto Networks and Checkpoint Firewalls and the provision and support of additional Palo Alto Networks and Checkpoint products required for NATO networks security. The Statement of Work defines Contractor tasks and deliverables for providing limited Contractor Logistic Support (CLS) services for a selection of NATO-owned and NATO-member nation owned, NATO-operated PAN and BPS equipment and software (i.e. Infoblox, Clearswift, MobileIron, Borderware/Watchguard, Cisco, F5, Zscaler, VASCO, Palo Alto Networks, Checkpoint). The following CLS services are covered by this SOW: a) CLS programme planning and management; b) procurement, delivery and management of PAN and BPS Support Contracts; c) procurement and delivery of PAN and BPS equipment; d) procurement and delivery of PAN and BPS software and software licenses; e) provision of hardware maintenance; f) provision of software maintenance; g) provision of on-site technical support; h) provision of remote technical assistance; i) CLS performance reporting and reviews. Page 4 of 5

3. Type of Contract The Contract will be a mix of firm fixed price contract for mandatory services to be delivered together with services (referenced at b), c), d) and g)) to be listed in the form of a catalogue of services. The catalogue of services portion will define a set of basic services to be ordered by the Purchaser through the issuance of separate Purchase Orders. 4. Period of Performance The Contractor performance period will be one year starting 01 Jan 2017, followed by four optional years of CLS as specified in the Schedule of Supplies and Services (SSS). Page 5 of 5