SOLICITATION NOTICE
13 -- NATO NC3A Notification of Intent to Invite Bids for International Competitive Bidding (ICB) for Electronic Counter Measures (ECM) Against Remote Controlled Improvised Explosive Devices in Afghanistan
- Notice Date
- 12/15/2005
- Notice Type
- Solicitation Notice
- NAICS
- 334511
— Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
- 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-11856-OPL
- Response Due
- 1/6/2006
- Archive Date
- 1/31/2006
- Description
- OVERVIEW 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 provide bids on a Request for Quotation (RFQ) for a mobile Electronic Counter Measures (ECM) capability against potential Remote Controlled Improvised Explosive Devices (RCIED) threats currently facing the International Security Assistance Force (ISAF) in Afghanistan. These systems will emit a signal designed to block remote initiation of RCIED devices (jamming activity). NC3A is serving as the Host Nation for this project, which was authorized by the NATO Infrastructure Committee. NC3A intends to use basic (one step/one envelope) bidding procedure. The successful bid pursuant to this RFQ will be that bid which is compliant with the technical requirements and is the lowest price offered. The envisaged bidding procedure for this RFQ will be the BOA procedure with the additional opportunity for the Nations in response to this Notification of Intent (NOI) to nominate bidders in addition to the companies identified by NC3A as BOA vendors. The estimated value of this project is 9.3 million Euros ($11 million USD). The reference of the Request for Quotation (RFQ) is RFQ-CO-11856-OPL. The U.S. Department of Commerce will be using the same RFQ reference. OPERATIONAL REQUIREMENTS The Minimum Military Requirements are to fight the threat from RC-IED establishing and maintaining a mobile ECM capability against potential RCIED threats. These systems emit a signal designed to block remote initiation of RCIED devices (jamming activity). To provide these capabilities to NATO, the following ECM systems are required: 1. VEHICULAR (Mobile): Powerful jammers that could protect an area of at least 200 m of radius. Those jammers must be installable without major refurbishments on available vehicles prepared for this purpose. They could be applied to protect convoys (20-25 vehicles), VVIPs and official ceremonies area of at least 800m x600m (simultaneous use of more than one system), without interfering with own or protected communications. 2. MAN PORTABLE: Short range very mobile jammers to be used whenever the situation does not allow for the more powerful jammers. Interference with own communications is not desirable, but of less importance that with the more powerful jammers. The devices should be able to operate in compliance with Spectrum Management regulations, Allocation Tables and other specific documents such as the Joint Restricted Frequency List (JRFL) as set forth by the International Telecommunications Union (ITU) as well as the ISAF Theatre Frequency Management Cell (ISAF TFMC) and the Operation Enduring Freedom (OEF) FM organization. For both ECM systems there should be a provision of maintenance, training, and repair by civil contractor. In case of breakdown, repair is to be accomplished by the contractor within two weeks from receipt of the unserviceable item. 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. 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, additional firms must be introduced by their National Delegations with the required Declaration of Eligibility (DOE). A firm that has been approved for bidding on NATO projects must request that the U.S. Department of Commerce issue the required DOE for each project on which the firm wishes to bid. The DOE (Specimen in Annex V to Ref.A of NSIP Document 2261) is used to nominate the firm to the Bidders List for a particular project. The U.S. Department of Commerce forwards the DOE to the U.S. Embassy, which in turn forwards it to the Host Nation. The Host Nation will not accept requests for nomination received directly from firms. Firms that the U.S. Embassy 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: 6 January 2006 2. Anticipated date that the Host Nation will forward the Request for Quotation (RFQ) to those on the Bidders List: January 2006 3. Anticipated closing date for receipt of bids: TBD 4. Anticipated contract award date: 1st Quarter of 2006
- Record
- SN00952753-W 20051217/051215212010 (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 |