Virginia Bids > Bid Detail

NATO Business Opportunities: Procurement of Strategic-Level Cyberspace Operations Knowledge Transfer Support

Agency: COMMERCE, DEPARTMENT OF
Level of Government: Federal
Category:
  • 99 - Miscellaneous
  • R - Professional, Administrative and Management Support Services
Opps ID: NBD00159178712206690
Posted Date: May 12, 2023
Due Date: May 22, 2023
Solicitation No: IFIB-ACT-SACT-23-53
Source: https://sam.gov/opp/d16b5b44b5...
Follow
NATO Business Opportunities: Procurement of Strategic-Level Cyberspace Operations Knowledge Transfer Support
Active
Contract Opportunity
Notice ID
IFIB-ACT-SACT-23-53
Related Notice
Department/Ind. Agency
COMMERCE, DEPARTMENT OF
Sub-tier
BUREAU OF INDUSTRY AND SECURITY
General Information
  • Contract Opportunity Type: Special Notice (Original)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: May 12, 2023 10:19 am EDT
  • Original Response Date: May 22, 2023 05:00 pm EDT
  • Inactive Policy: Manual
  • Original Inactive Date: May 24, 2023
  • Initiative:
Classification
  • Original Set Aside:
  • Product Service Code:
  • NAICS Code:
    • 541690 - Other Scientific and Technical Consulting Services
  • Place of Performance:
    Norfolk , VA 23551
    USA
Description

Headquarters, Supreme Allied Commander Transformation (HQ SACT) intends to issue an Invitation for International Bidding (IFIB) for the procurement of strategic-level cyberspace operations knowledge transfer support, which will allow continuous and stable information exchange between Allied Command Transformation (ACT) and the supplier.



Potential prime contractors must 1) be pre-approved for participation in NATO International Competitive Bidding (ICB), 2) have a current Facility Security Clearance at the level of SECRET or higher, 3) be issued a Declaration of Eligibility (DOE) by the U.S. Government, and 4) have performed similar tasking to the requirement described in the solicitation, in support of NATO, national or multinational cyber commands.



In addition, personnel/SMEs performing services under the contract must be citizens of a NATO nation, have appropriate professional training experience in a related field and possess a DOD SECRET Security Clearance.



Please note that the bidder will be requested to provide, as part of the bidding documentation, a certification/letter from a NATO, national, or multinational cyber command stating that the company has/is supporting the cyber command in the development of cyber-military warfare products for military missions (defensive, offensive, cyber intel and situational awareness) in cyberspace.



The reference for this contract is IFIB-ACT-SACT-23-53 and all correspondence concerning the contract should include this reference.



The type of contract is Firm Fixed Price (FFP) Deliverable-based. Partial bidding is not authorized.



The contract award will be determined based on the contractor that offers the Best Value to NATO.



REQUIREMENT



The knowledge-transfer support will aim to provide support through different types of instruments such as short papers, feasibility analysis, strategies, concepts, specifications, architectures, or experimentation proposals, to name a few. Actual disciplines/topics should be expected to address inter alia cyberspace mission analysis and engineering, cyber security infrastructure operations, Defensive Cyberspace Operations (DCOs), Offensive Cyberspace Operations (OCOs), Cyber Information and Intelligence Sharing, Cyberspace Situational Awareness (CySA), Cyberspace Operations Education and Training (E&T), and Cyberspace contributions Multi Domain Operations (MDO).



The contractor shall be able to quickly assemble dynamic, limited-duration expert teams, composed of a small number of SMEs (no fewer than four), in response to identified needs. The expert teams will have prior experience in the development of equivalent products/tasks for national or multinational purposes, the effort being mainly spent in tailoring those existing products to NATO needs.



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:



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



Firms should request a DOE (and, for firms new to NATO ICB, submit a completed one-time NATO ICB application): 22 May 2023



HQ SACT issues IFIB (estimated): 07 June 2023



The IFIB will be available for download at the following website:



https://www.act.nato.int/contracting



Bid closing (estimated): 27 July 2023



Period of Performance: Base Period: 01 September 2023 to 31 December 2023 and

three (3) 1-Year Option periods:

- Option Year #1 - 1 January 2024 to 31 December 2024.

- Option Year #2 - 1 January 2024 to 31 December 2025.

- Option Year #3 - 1 January 2024 to 31 December 2026.


Attachments/Links
Contact Information
Primary Point of Contact
Secondary Point of Contact


History
  • May 12, 2023 10:19 am EDTSpecial Notice (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >