Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 04, 2022 SAM #7552
SPECIAL NOTICE

99 -- NATO International Competitive Bidding (ICB): Logistics Services

Notice Date
8/2/2022 8:57:59 AM
 
Notice Type
Special Notice
 
NAICS
541614 — Process, Physical Distribution, and Logistics Consulting Services
 
Contracting Office
BUREAU OF INDUSTRY AND SECURITY
 
ZIP Code
00000
 
Solicitation Number
RFQ-CO-115665-LSF
 
Response Due
8/16/2022 2:00:00 PM
 
Archive Date
08/19/2022
 
Point of Contact
Lee Ann Carpenter
 
E-Mail Address
LeeAnn.Carpenter@bis.doc.gov
(LeeAnn.Carpenter@bis.doc.gov)
 
Description
The NATO Communications and Information Agency (NCI Agency) intends to issue a Request for Quotation (RFQ) to establish 1-3 Firm Fixed Price (FFP) Multiple Award Indefinite Delivery Indefinite Quantity (IDIQ) framework agreements for the provision of logistic services on an ""as needed - when needed"" basis across all NATO locations. �� Potential U.S. prime contractors must 1) maintain a professionally active facility (office, factory, laboratory, etc.) within the United States, 2) be pre-approved for participation in NATO International Competitive Bidding (ICB), 3) hold a Facility Security Clearance at the level of SECRET or higher, and 3) be issued a Declaration of Eligibility (DOE) by the U.S. Government. �� In addition, contractor personnel may be required to work unescorted in Class II Security areas and therefore, access can only be permitted to cleared individuals. Only companies maintaining such cleared facilities and the appropriate personnel clearances will be able to perform the resulting contract. The reference for the RFQ is RFQ-CO-115665-LSF and all correspondence concerning the RFQ should reference this number. The successful bidder(s) will be the bid(s) that offer the lowest price and are technically compliant in accordance with the evaluation criteria prescribed in the RFQ. The NCI Agency may award up to 3 IDIQ contracts, whereby individual Task Orders will be competed with the selected LSF IDIQ Framework Providers under such agreement(s). SUMMARY OF REQUIREMENTS Please see attached. These requirements are currently being refined as part of the preparation of the proposed RFQ; BECOMING ELIGIBLE TO BID NATO ICB requires that the U.S. Government issue a DOE for potential U.S. prime contractors interested in this project. Before the U.S. Government can do so, however, the U.S. Government must approve the U.S. firm for participation in NATO ICB. �U.S. firms are approved for NATO ICB on a facility-by-facility basis.� The U.S. NATO ICB application is a one-time application. �The application requires supporting documentation in the form of 1) a company resume or capability statement indicating contracts completed as a prime contractor and 2) an annual report or set of financial documents indicating compilation, review, or audit by an independent CPA. U.S. firms can download a copy of the U.S. NATO ICB application from the following website: http://www.bis.doc.gov/index.php/other-areas/strategic-industries-and-economic-security-sies/nato-related-business-opportunities �� The Department of Commerce (DOC) is the U.S. Government agency that approves NATO ICB applications. Please submit to the email address provided your application and supporting documentation (as attachments). If your firm is interested in a specific NATO ICB project at this time, please also include the following in the text of your email: � - the title and/or solicitation number of the project - the name/phone/email of the company employee who should receive the bid documents After approval of your one-time NATO ICB application, DOC will then know to follow up by issuing a DOE for the project. �DOC will transmit the DOE to the NATO contracting agency. � IMPORTANT DATES: Request a DOE (and, for firms new to NATO ICB, submit the completed one-time NATO ICB application): 28 June 2022 NCI Agency distributes the RFQ (planned): July 2022 Contract Award (target): March 2023 Period of Performance: A base period of three (3) years plus two 12-month option periods.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/62361ddb1f2e4c29acbf24dc0c88e586/view)
 
Place of Performance
Address: BEL
Country: BEL
 
Record
SN06410400-F 20220804/220802230116 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.