NATO Business Opportunity: Scenario Development for Exercises Loyal Dolos 2025 and Loyal Leda 2026
ID: RFP-JFTC-19-24Type: Special Notice
Overview

Buyer

COMMERCE, DEPARTMENT OFBUREAU OF INDUSTRY AND SECURITY

NAICS

Other Scientific and Technical Consulting Services (541690)
Timeline
    Description

    The Department of Commerce, specifically the Bureau of Industry and Security, is seeking proposals for scenario development services for NATO exercises "Loyal Dolos 2025" and "Loyal Leda 2026," as outlined in Request for Proposal (RFP) JFTC-19-24. Eligible bidders must demonstrate relevant experience in NATO exercise scenario development, possess the necessary security clearances, and ensure that all personnel are citizens of NATO member nations. This procurement is critical for enhancing NATO's operational readiness and effectiveness during military exercises, with a contract budget not exceeding 1,680,000 PLN. Proposals must be submitted electronically by January 31, 2025, at 13:00 Central European Time, and all correspondence should reference the RFP number.

    Point(s) of Contact
    No information provided.
    Files
    Title
    Posted
    The SA RFP JFTC 19-24 outlines a request for proposals for scenario development related to the Loyal Dolos 2025 and Loyal Leda 2026 exercises. The RFP includes detailed instructions for bidders, necessitating comprehensive compliance with multiple enclosures that cover administrative and technical submission requirements. Key components include providing a compliance statement, certifications on security clearance, bid validity, past performance references, and a detailed price proposal. Bidders must demonstrate relevant experience in NATO exercise scenario development, operations planning, and familiarity with NATO operational processes. The proposal must convey qualifications of personnel, including language proficiency and technical skills with NATO Functional Area Systems. Enclosures furnish a structured format for technical evaluation, ensuring all candidates meet established criteria, such as knowledge of cybersecurity and military operations. Additionally, the document emphasizes compliance with tax exclusions, conflict of interest declarations, and provides an avenue for bidders to clarify deviations from mandatory specifications. This RFP represents a formal government solicitation aimed at examining the capabilities of potential contractors within the context of NATO exercises.
    The Simplified Acquisition Request for Proposal (SA RFP JFTC 19-24) is issued for the competitive selection of vendors to provide scenario development services for NATO exercises "Loyal Dolos 2025" and "Loyal Leda 2026." The bidding process encourages participation from entities in NATO member countries, requiring bidders to demonstrate relevant experience, citizenship, and proper security clearances. The document details eligibility, bidding instructions, submission formats, and criteria for evaluation, including a robust compliance with specified technical qualifications. The contract will be awarded to the lowest priced compliant bidder, with a budget not exceeding 1,680,000 PLN. Proposals must be submitted electronically by January 31, 2025, with evaluations based on technical and price aspects. The release emphasizes compliance with NATO classifications, tax exemptions, and the necessity for all personnel to uphold security requirements. Overall, this RFP illustrates NATO’s structured approach to procure essential services for its military exercises while ensuring competitive fairness and adherence to high operational standards.
    Similar Opportunities
    NATO Request for Information: Identity and Access Card Management System
    Commerce, Department Of
    The Department of Commerce, specifically the Bureau of Industry and Security, has issued a Request for Information (RFI) from the NATO Communications and Information Agency (NCIA) regarding identity and access card management systems. The NCIA is seeking to identify currently available, non-developmental solutions that can be deployed within NATO and NATO Nations, focusing on systems that support various functionalities such as authentication, authorization, and workflow management, while ensuring compliance with intellectual property rights residing in NATO member countries. This RFI is intended for planning purposes only and will inform future acquisition strategies; responses are due by 12:00 hours CET on February 20, 2026, and must be submitted directly to the designated RFI Points of Contact, as submissions to the Department of Commerce will not be accepted.
    AEGIS ASHORE MISSILE DEFENCE SYSTEM ROMANIA CMAV AND SRA
    Dept Of Defense
    The Department of Defense, through the Naval Supply Systems Command Fleet Logistics Center Sigonella, is soliciting proposals for the Fiscal Year 2026 Selected Restrictive Availability (SRA) and Continuous Maintenance Availability (CMAV) for the U.S. AEGIS Ashore Missile Defense System (USAAMDS) located in Deveselu, Romania. The procurement includes a comprehensive scope of work, encompassing thirteen SRA work items and five CMAV work items, with a focus on maintenance and modernization of critical systems such as the SPY Radar and various structural components. This contract is vital for ensuring the operational readiness and reliability of the missile defense system, which plays a key role in regional security. Proposals are due by December 22, 2025, at 2:00 PM Central European Time, and interested parties can contact Juan Carlos Tapia at juan.c.tapia5.civ@us.navy.mil or Anna Guarino at Anna.guarino4.ln@us.navy.mil for further information.
    Poland PATRIOT Unclassified Spares- Sole Source to Raytheon
    Dept Of Defense
    The Defense Logistics Agency (DLA) is soliciting proposals from Raytheon for replenishment spares to support Poland's PATRIOT Weapon System, specifically for the Radar Set, Launcher Station, and Reconfigurable Table Top Trainer. The procurement includes a detailed list of electronic and electro-mechanical components necessary for operational continuity, as outlined in the attached documents. This opportunity is critical for maintaining the functionality of defense systems, ensuring that essential spare parts are readily available for ongoing military operations. Raytheon must submit its proposal by December 1, 2025, and indicate its intention to propose within five business days, with all communications directed to the DLA contracting team at lauren.tatum@dla.mil or anna.phillips@dla.mil.
    BATTLEFIELD STAFF RIDES (BSR) RENEWAL CONTRACT
    Dept Of Defense
    The Department of Defense, through the U.S. Army Regional Contracting Office Bavaria, is soliciting proposals for the Battlefield Staff Rides (BSR) Renewal Contract, aimed at providing educational services to U.S. Army Europe's subordinate commands. The contract, which will be a firm-fixed-price, Indefinite Delivery Indefinite Quantity (IDIQ) agreement, seeks to enhance leadership development through historical battlefield tours, including logistical support such as transportation, accommodations, and meals. With a maximum value of $15,294,484 and a guaranteed minimum of $5,000, the contract period spans from May 27, 2026, to May 26, 2031. Interested parties should contact Matthew Troyer at matthew.e.troyer.mil@army.mil or Andrea Lucas at andrea.r.lucas.ln@army.mil for further details and to ensure compliance with the proposal submission requirements.
    NCIA SSP for Athena and Magellan 2026
    State, Department Of
    The U.S. Department of State, through the U.S. Embassy in Brussels, is preparing to issue a presolicitation for a firm-fixed-price contract to provide access to NATO’s telecommunications infrastructure via the Athena and Magellan circuit lines. This procurement is critical for ensuring secure and dedicated communication channels for U.S. personnel working with NATO, as these connections are vital for operational requirements and maintaining connectivity with NATO Headquarters and allies. Interested vendors must register on the System for Award Management (SAM) website, as registration is mandatory for contracts exceeding $40,000, and electronic submissions will be accepted once the solicitation is officially released. For further inquiries, potential bidders can contact Andrew Malandrino or Michael Abrahams at BrusselsBids@state.gov.
    Analytical Services in Poland
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Engineer Research and Development Center (ERDC), is seeking proposals for a Master Blanket Purchase Agreement (BPA) to provide analytical services for water quality analysis in Poland. The objective is to ensure compliance with water quality standards at three sites associated with the U.S. Army Garrison Poland, requiring contractors to perform chemical, biological, and physical parameter analyses on water samples. This procurement is critical for maintaining environmental safety and regulatory compliance, with an estimated total value of $982,638.40 over a five-year period. Interested contractors must be based in Poland and possess necessary accreditations, and they can direct inquiries to Crystal Elizabeth North at crystal.e.north@usace.army.mil or Sonia Boyd at SONIA.J.BOYD@USACE.ARMY.MIL.
    RAPTOR Solicitation
    Dept Of Defense
    The Department of Defense, through the Strategic Capabilities Office, is soliciting proposals for the Rapid Affordable Producible Torpedo (RAPTOR), a prototype concept aimed at developing an affordable, rapidly scalable, and producible single-use heavyweight torpedo. This solicitation, identified as SCO-PS-26-01, emphasizes the need for innovative solutions in the research and development of torpedoes and their components, which are critical for enhancing military capabilities. Interested parties can access the solicitation via the CLASSIFIED Acquisition Research Center (ARC) website, and for further assistance, they may contact the RAPTOR Team at RAPTOR@sco.mil. The solicitation was released on November 17, 2025, with an amendment issued on November 21, 2025.
    RDT&E Tech Refresh
    Dept Of Defense
    The Department of Defense, through the Naval Sea Systems Command (NAVSEA), is soliciting bids for the procurement of laptops, workstations, and portable hard drives, specifically aimed at supporting CODE 60 Logistics for scanning hardware and IT equipment. This opportunity, valued at $34,000,000, is set aside for Women-Owned Small Businesses (WOSB) and includes requirements for high-performance computing equipment, such as gaming laptops and robust workstations with advanced specifications. The procurement emphasizes compliance with federal acquisition regulations, including software security and accessibility standards, with deliveries expected by December 19, 2025. Interested vendors should contact Stefan Kitzinger at stefan.b.kitzinger.civ@us.navy.mil and submit their proposals by December 17, 2025.
    PRE-SOLICITATION NOTICE FOR DESIGN-BUILD, P1678 NATO JFCNF PHASE II INTERIM MODULAR FACILITY, NAVAL SUPPORT ACTIVITY (NSA), HAMPTON ROADS, VIRGINIA
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command (NAVFAC) Mid-Atlantic, is preparing to solicit proposals for the Design-Build project of the P1678 NATO JFCNF Phase II Interim Modular Facility at Naval Support Activity Norfolk, Virginia. This project aims to construct a permanent modular facility that will provide essential administration and operational spaces for NATO JFCNF, including site preparations, utility tie-ins, and various construction services. The contract, valued between $100 million and $250 million, is expected to be awarded by April 2026, with a completion timeline of 730 calendar days post-award. Interested contractors must register in the System for Award Management (SAM) and can direct inquiries to Kristy Gerrek at kristy.l.gerrek.civ@us.navy.mil or Amanda Bricker at amanda.bricker@navy.mil.
    DRAFT: OB BP IDIQ
    Dept Of Defense
    The Defense Threat Reduction Agency (DTRA) is seeking qualified contractors for the DRAFT: OB BP IDIQ opportunity, aimed at enhancing the capacity of partner nations to counter weapons of mass destruction (WMD) and chemical, biological, radiological, and nuclear (CBRN) threats. The contract will primarily support DTRA's Countering-WMD Security Cooperation Engagement Program (CSCEP) and the International Counterproliferation Program (ICP), focusing on establishing or enhancing partner nation capabilities to deter, detect, interdict, or respond to WMD proliferation. This initiative is critical for the Department of Defense and U.S. Government in their efforts to deter strategic attacks and prevail against WMD-armed adversaries. Interested parties can reach out to primary contact Jocelyn Fritz at jocelyn.m.fritz.civ@mail.mil or 571-616-5277, or secondary contact Eric Rode at eric.m.rode.civ@mail.mil or 571-616-6145 for further information. The final Request for Proposal (RFP) is expected to be issued before the end of the fiscal year, with updates available on the SAM.gov entry.