SOLICITATION NOTICE
D -- NATO International Competitive Bidding (ICB): Provision of NATO Wide Studio Video Teleconferencing (VTC)
- Notice Date
- 5/3/2011
- Notice Type
- Presolicitation
- NAICS
- 561499
— All Other Business Support Services
- 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-13093-VTC
- Archive Date
- 5/26/2011
- Point of Contact
- Elsie Carroll, Phone: 202-482-8228, Lee Ann Carpenter, Phone: 202-482-2583
- E-Mail Address
-
elsie.carroll@bis.doc.gov, LeeAnn.Carpenter@bis.doc.gov
(elsie.carroll@bis.doc.gov, LeeAnn.Carpenter@bis.doc.gov)
- Small Business Set-Aside
- N/A
- Description
- The NATO Consultation, Command and Control Agency (NC3A) intends to issue an Invitation for Bid (IFB) in relation to the Provision of NATO Wide Studio Video Teleconferencing (VTC) capabilities for NATO. NC3A was authorized to use International Competitive Bidding (ICB) procedures. The contract will be awarded on a lowest price technically compliant basis. The estimated cost of the services and deliverables included within the basic scope of the intended contract is €9,250,000. The reference of the IFB is IFB-CO-13093-VTC. The 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 technical specifications applicable to the bidding and the contractual documents are NATO UNCLASSIFIED. For the performance of the contract, however, contractor personnel will be required to hold a NATO SECRET security clearance. The contractor is responsible for ensuring that the Defense Industrial Security Clearance Office (DISCO) forwards to NC3A all NATO clearance certifications related to the contract. SUMMARY This contract will provide IP-based Studio VTC capability to allow the delivery of VTC services to NATO users by the NATO Service Provision Authority. The project shall be implemented in three stages, consisting of a Proof of Concept Stage of approximately five months in duration, an Implementation and Migration Stage of approximately 13 months in duration, and an In Service Stage of approximately 11 months in duration. The VTC capability needs to be operational, maintainable, reliable, secure, easy to manage and scalable. It will include the following components: a. VTC Network Operations Centers (VNOCs): one Main VNOC and one Alternate VNOC b. Sub-VNOC: one Sub-VNOC to be integrated c. VTC Access Nodes (VANs) locations: nine Access Nodes in nine locations (eight locations in Europe and one location in North America) d. HD VTC Terminals: approximately 95 VTC Terminals of various types shall be purchased e. Reference systems: training and troubleshooting f. NATO Secret / NATO Unclassified Cross Domain solution for scheduling The VTC capability will be centrally managed through the installed VNOC, which will allow the VNOC operators in SHAPE to exercise control of all configuration, operational, and troubleshooting activities required. A VTC system schedule will allow the users to directly perform the scheduling activities with both Outlook and web-based applications. The VTC capability will provide distributed services through the VTC Access Node (VAN) installed across the NATO Wide Area Network (WAN). The VANs will enable all videoconferencing services and functions to include gatekeeper, gateway capabilities with other NATO and non-NATO entities, multi-conferencing, and recording. Some of the existing VTC capability and AV systems will be provided as Purchaser Furnished Equipment (PFE) and will be integrated into the enhanced VTC system to benefit the new services. The contractor will be responsible for delivering an accredited VTC capability, including all required security accreditation documentation. The contractor will be responsible for providing complete documentation and training to hand over a system that will be operated and maintained by NATO organizations. BIDDING PROCEDURE Before a firm can be nominated to the bidders list for this 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 After 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 DATES: 1) Request DOE (and, for firms new to NATO ICB, submit completed NATO ICB application) no later than May 23, 2011 2) Release of IFB planned for late May 2011 3) Bid Closing in the second half of July 2011 4) Contract Award expected to take place in the fourth quarter of 2011
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/BIS/comp99/IFB-CO-13093-VTC/listing.html)
- Place of Performance
- Address: Brussels, Belgium
- Record
- SN02439086-W 20110505/110503234849-830003cd91d2dbabfb1e634706663af9 (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 |