Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 07, 2025 SAM #8655
SPECIAL NOTICE

99 -- NATO Business Opportunity: Vendor-Augmented Next-Gen Guidance and Responsive Development (VANGARD)

Notice Date
8/5/2025 5:20:09 AM
 
Notice Type
Special Notice
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
BUREAU OF INDUSTRY AND SECURITY
 
ZIP Code
00000
 
Solicitation Number
IFIB-ACT-SACT-26-01
 
Response Due
8/27/2025 2:00:00 PM
 
Archive Date
09/01/2025
 
Point of Contact
Lee Ann Carpenter
 
E-Mail Address
LeeAnn.Carpenter@bis.doc.gov
(LeeAnn.Carpenter@bis.doc.gov)
 
Description
Headquarters Supreme Allied Commander Transformation (HQ SACT) intends to issue an Invitation for International Bidding (IFIB) for establishment of a Framework Contract for specialized support and deliverables. Potential prime contractors must 1) hold a DOD Facility Security Clearance at the level of SECRET or higher, 2) be pre-approved for participation in NATO International Competitive Bidding (ICB), 3) be issued a Declaration of Eligibility (DOE) by the U.S. Government, and 3) have performed similar contracts within the last three years substantially similar in scope to the requirement described in the solicitation. Contractor personnel performing services under the contract must be citizens of a NATO nation. Any contractor personnel who need access to HQ SACT must possess a clearance at the level of SECRET or higher. All contractor personnel must have appropriate professional training and experience in related fields. The reference for this contract is IFIB-ACT-SACT-26-01 and all correspondence concerning the contract should include this reference. Type of Contract: Firm Fixed Price (FFP) Framework Contract The contract award will be determined based on Best Value criteria. Partial Bidding is authorized. REQUIREMENT HQ SACT is seeking contract support to enable HQ SACT timely access to leading-edge capabilities necessary to tackle challenges and problems whose size and complexity defy solutions by solely using existing staff or tools with NATO�s established organization. BIDDING PROCEDURE 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 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: https://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 Firms should request a DOE (and, for firms new to NATO ICB, submit a completed one-time NATO ICB application): 27 August 2025 HQ SACT issues IFIB (estimated): 04 September 2025 HQ SACT will post the IFIB on its website: https://www.act.nato.int/contracting Bid closing (estimated): 20 October 2025 Period of Performance: 01 January 2026 � 31 December 2026 with the possibility of two 12- month option periods; 01 January � 31 December 2027 and 01 January � 31 December 2028
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/e1590e3d147b44be9899be8eb8424a7d/view)
 
Place of Performance
Address: Norfolk, VA 23551, USA
Zip Code: 23551
Country: USA
 
Record
SN07536394-F 20250807/250805230043 (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.