Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 23, 2006 FBO #1609
SOLICITATION NOTICE

58 -- NATO NC3A Notification of Intent to Invite Bids for International Competitive Bidding (ICB) for Explosive Detectors for ISAF Headquarters and Kabul International Airport Entry Points

Notice Date
4/21/2006
 
Notice Type
Solicitation Notice
 
NAICS
561621 — Security Systems Services (except Locksmiths)
 
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
RFQ-CO-11975-OPL
 
Response Due
4/27/2006
 
Archive Date
5/2/2006
 
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 submit bids on a Request for Quotation (RFQ) to provide International Security Assistance Force Headquarters (HQ ISAF) and Kabul International Airport (KAIA) Entry Points with an explosive detection capability. The minimum military requirements are to fight the threat of Improvised Explosive Devices (IEDs), Vehicle Bomb IEDsd (VBIEDs), and suicide bombers who carry the explosive on their body by providing HQ ISAF and KAIA Force protection personnel with equipment that is able to detect any kind of explosive material concealed on either personnel or within any vehicle regardless of size. The project is to provide and install: - Vehicle/Truck screening system with explosive and weapon detection capability for the rear entrances of HQ ISAF and KAIA - Personnel and baggage screening systems with explosive/weapons detection capability - for the front and rear entrances of HQ ISAF and KAIA - Mobile vehicle/cargo screening for KAIA NC3A is serving as the Host Nation for this project, which was authorized by the NATO Infrastructure Committee. The envisaged bidding procedure for this RFQ will be the BOA procedure with the additional opportunity for nomination of bidders in addition to the companies identified by NC3A as BOA vendors. The estimated value of this project is 11.4 million Euros ($14 million USD). The reference of the Request for Quotation (RFQ) is RFQ-CO-11975-OPL. The U.S. Department of Commerce will be using the same RFQ reference. OPERATIONAL REQUIREMENTS Bidding documents are expected to be NATO UNCLASSIFIED. Further performance of the contract will require contractors to have personnel and facility clearances at a level of NATO SECRET. In order to enhance Force Protection capabilities in both ISAF HQ and KAIA, the following systems need to be provided: Four (4) personnel and baggage screening systems with explosive/weapons detection capability for the front and rear entrances of HQ ISAF and KAIA:. The personnel screening system should allow the Force Protection personnel to be able to visually detect threatening substances/objects the screened person is carrying on him. The screening should be done remotely without contact between the screened person and the Force Protection personnel. The results of the screening process should be an image able to visualize what the screened person is carrying or hiding. The Force Protection personnel should then be able to discriminate between different kinds of shapes and material the person could be carrying. A system for scanning hand luggage/backpacks for explosives and weapons should be considered as part of the personnel screening system. The scanning system should be compliant with the following specifications: Minimum luggage scanning dimensions of 60cm x 40cm and unlimited length. Two (2) vehicle/truck screening systems with explosive and weapon detection capability for the rear entrances of HQ ISAF and KAIA: The vehicle/truck screening system should allow the Force Protection personnel to be able to visually detect threatening substances/objects the screened vehicle/truck is transporting. The screening should be done before entering the compound entry point, in a stand-off mode, without contact between the screened vehicle/truck and the Force Protection personnel until the screening process is successfully completed. The result of the screening process should be an image able to visualize what the screened vehicle/truck is transporting. The Force Protection personnel should then be able to discriminate between different kinds of shapes and material the vehicle is transporting. One (1) mobile vehicle/cargo screening for KAIA: The vehicle/cargo screening system should allow the Force Protection personnel to be able to visually detect threatening substances/objects the screened cargo is transporting. The screening should be done before entering the Airport point, in stand-off manner, on the whole truck that transports the cargo, including the cabin, without contact between the screened vehicle and the Force Protection personnel until the screening process is successfully completed. The result of the screening process should be an image able to visualize what the screened cargo is transporting. The Force Protection personnel should then be able to discriminate between different kinds of shapes and material the vehicle is transporting. Operation and Maintenance - The systems provided will be operated and first level maintenance provided by ISAF in-theatre personnel. In addition, the selected contractor will be required to provide periodically scheduled on-site and emergency maintenance interventions to ensure proper functioning of the systems. These scheduled visits are expected to be on a quarterly basis. Second level support will be provided by the selected contractor. Training - Contractor provided on-site (in-theatre) initial training is to be provided to ISAF military personnel identified to operate and maintain the system. Due to the rotation of ISAF personnel, follow-on initial training is to be held twice a year. Spare parts - The contractor shall recommend initial on-site first level spares to sustain the systems at all times. It will be attempted that the requirements will be identified so as to allow the order to be placed as part of the main contract. Any requirements for spare parts to replace any of the spares used during the lifetime of the equipment will be provided through the annual O&M budget. Documentation - All required documentation to operate and maintain the system will be obtained through the contract. In addition to normal management documentation, the following shall be identified to be site deliverables, with a set made available to the second level support authority: As Built Documentation, System/Sub-System Documentation; Operation & Maintenance Documentation, COTS Documentation, and Training Documentation. 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 With the exception of those firms already nominated as identified BOA vendors, firms must be nominated to the bidders list with the required Declaration of Eligibility (DOE). The DOE is used to nominate a firm to the Bidders List for a particular project. The U.S. Department of Commerce will forward the DOE for this project to the U.S. Mission to NATO, which will in turn forward it to the Host Nation. The Host Nation will not accept requests for nomination received directly from firms. Firms that the U.S. Mission to NATO nominates to the Bidders List will be contacted directly by the Host Nation when the Request for Quotation (RFQ) 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 April 2006 2. Anticipated date that the Host Nation will forward the Request for Quotation (RFQ) to those on the Bidders List: May 2006 3. Anticipated contract award date: July 2006
 
Place of Performance
Address: Afghanistan
 
Record
SN01032549-W 20060423/060421220445 (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.