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
  1. 1
    Posted Jan 6, 2025, 12:00 AM UTC
  2. 2
    Updated Jan 6, 2025, 12:00 AM UTC
  3. 3
    Due Jan 31, 2025, 12:00 PM UTC
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
Jan 6, 2025, 3:05 PM UTC
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.
Jan 6, 2025, 3:05 PM UTC
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.
Lifecycle
Title
Type
Similar Opportunities
NATO Business Opportunity: Provide DCIS Mission Execution Anchor Capability
Buyer not available
The Department of Commerce, specifically the Bureau of Industry and Security, is seeking qualified contractors to provide the DCIS Mission Execution Anchor Capability for NATO operations. This project aims to deliver two Mission Anchor Functions (MAF) at locations in Brunssum, Netherlands, and Lago Patria, Italy, ensuring secure and non-secure communication services for NATO deployed forces through a cloud architecture. The contract will be awarded based on the Lowest Priced Technically Compliant (LPTC) basis, with a firm-fixed price for the entire scope of work, which includes project management, system design, procurement, and security accreditation. Interested contractors must maintain a U.S.-based facility, be pre-approved for NATO International Competitive Bidding, and submit a Declaration of Eligibility by May 1, 2025, with the bid closing anticipated on August 18, 2025. For further inquiries, contact Lee Ann Carpenter at LeeAnn.Carpenter@bis.doc.gov.
NATO Request for Information: Next Generation (NG) Wireless (other than SATCOM) Services
Buyer not available
The Department of Commerce, specifically the Bureau of Industry and Security, has issued a Request for Information (RFI) titled "NATO Request for Information: Next Generation (NG) Wireless (other than SATCOM) Services" to gather insights on future wireless capabilities. This RFI aims to evaluate existing and emerging technologies, systems, and methodologies that could enhance NATO's operational capabilities in multi-domain operations, excluding satellite communications. The information collected will support NATO's digital transformation and inform future procurement decisions, although this RFI does not constitute a commitment to issue a Request for Proposal (RFP). Interested parties must submit their responses by May 14, 2025, and direct any questions to the designated Points of Contact by April 16, 2025, as costs incurred in responding will not be reimbursed.
NATO Request for Information: White Box Vulnerability Assessment (VA) Services
Buyer not available
The NATO Communications and Information Agency (NCIA) is seeking information from industry sources regarding the provision of White Box Vulnerability Assessment (VA) services to support NATO networks. The objective is to identify capable suppliers who can conduct in-depth, credentialed assessments of enterprise systems, including configuration reviews and threat reporting, with a requirement for on-site deployment across NATO's 32 member nations. This RFI is part of a broader initiative to enhance NATO's cybersecurity posture and will inform future contracting frameworks. Interested parties must submit their responses by May 16, 2025, to the NCIA, referencing the RFI number MS-424262-VA, and are encouraged to include relevant organizational experience and qualifications in their submissions.
HAZ11 Training Course in Poland
Buyer not available
The Department of Defense, specifically the Department of the Army, is seeking qualified contractors to provide the HAZ11 Training Course in Poland, aimed at certifying U.S. Army soldiers and civilians in compliance with European hazardous materials transportation regulations. The contract will be structured as a Firm Fixed Price Requirement Type Contract, with a base period starting on July 1, 2025, and four additional one-year option periods, emphasizing the importance of safety and regulatory compliance in hazardous materials handling. Contractors are expected to deliver comprehensive instructional services, maintain a minimum 80% pass rate for students, and develop a Quality Control Plan, with all proposals to be submitted electronically as no paper copies will be accepted. Interested parties should contact Madison Lim at madison.d.lim.mil@army.mil or call 314-526-8716 for further details.
Request for Quotations for Mobile Telephone Services
Buyer not available
The U.S. Department of State, through the U.S. Embassy in Warsaw, Poland, is soliciting quotations for Mobile Telephone Services under Request for Quotation (RFQ) 19PL9025Q0012. The procurement aims to secure mobile services, including voice calls, SMS, and data services for Embassy personnel, with a contract period from August 1, 2025, to July 31, 2026, and an option for renewal. This initiative is crucial for maintaining effective communication for U.S. diplomatic operations abroad, ensuring reliable connectivity for personnel. Interested vendors must submit their quotations electronically by May 9, 2025, and comply with various requirements, including registration in the System for Award Management (SAM) and adherence to cybersecurity standards as outlined in the provided documentation. For further inquiries, contact M. Brandon Rigby at warsawproc@state.gov or by phone at +48 225 042 470.
ACC-APG Natick Division FY25 Upcoming Aquisitions
Buyer not available
The Department of Defense, specifically the ACC-APG Natick Division, is preparing to release a Request for Proposal (RFP) for the maintenance of Storyline 360, a software tool critical for enhancing combat readiness. This procurement, valued at approximately $21,000, is currently in the pre-award/package development stage, with an estimated solicitation release planned for May 2025, and will be awarded on a competitive basis under a Firm-Fixed-Price (FFP) contract for a one-year period. The initiative underscores the government's commitment to utilizing updated software solutions to support military operations effectively. Interested vendors can reach out to the Natick Division at usarmy.natick.acc-micc.mbx.ncd-internal-tasker@army.mil for further information.
Joint Theater Level Simulation-Global Operations Support
Buyer not available
The Department of Defense, through the NAVSUP Fleet Logistics Center Norfolk, is seeking information from qualified contractors to provide technical and engineering services for the Joint Theater Level Simulation-Global Operations (JTLS-GO) application. The procurement aims to enhance joint military training and operational readiness by supporting the development, maintenance, and operational enhancements of the JTLS-GO software, which is crucial for multi-level training and analysis for U.S. military personnel and coalition partners. Interested parties must possess a TS-SCI security clearance and are invited to submit their capabilities, experience, and personnel qualifications by April 28, 2025, as part of this Request for Information. For further inquiries, potential respondents can contact Martyn Piggott at martyn.t.piggott.civ@us.navy.mil.
Request for Solutions: Prototyping Research and Operations for Tactical Electromagnetic Warfare and Advanced Networking (PROTEAN)
Buyer not available
The Department of Defense, through the Naval Sea Systems Command, is issuing a Request for Solutions (RFS) for the Prototyping Research and Operations for Tactical Electromagnetic Warfare and Advanced Networking (PROTEAN) project. This initiative aims to address the current lack of a demonstrated electromagnetic warfare (EW) and seeker payload framework, which hinders the technical evaluation and integration of various EW solutions onto unmanned platforms. The project is part of the Strategic & Spectrum Missions Advanced Resilient Trusted Systems (S2MARTS) consortium, and interested vendors must be members of this consortium to participate. Responses to this opportunity are due by April 30, 2025, and inquiries can be directed to Judy Blanton at judith.a.blanton3.civ@us.navy.mil or by phone at 812-381-7156.
Naval Surface Warfare Center Port Hueneme Division - Request for Proposal (RFP) Other Transaction Authority (OTA) Consortium Management Firm
Buyer not available
The Department of Defense, through the Naval Surface Warfare Center Port Hueneme Division (NSWC PHD), is soliciting proposals for a Consortium Management Firm under an Other Transaction Authority (OTA) framework. The primary objective of this Request for Proposal (RFP) is to establish a Consortium that will focus on developing innovative technological solutions to address security threats in maritime environments, while also managing operations, attracting members, and facilitating prototype project development. This initiative is crucial for enhancing military effectiveness and advancing national security through collaboration in key technology areas such as Cyber Security, Data Analytics, and advanced manufacturing techniques. Interested parties should direct inquiries to Tim Scully at timothy.c.scully2.civ@us.navy.mil or Mariluz Chan-Endres at mariluz.l.chan-endres.civ@us.navy.mil, with proposals due by the specified deadline outlined in the RFP documents.
JB MDL 2025 Open House Air Show - Weapon Detection System
Buyer not available
The Department of Defense, specifically the Air Force, is soliciting proposals for the provision of 21 portable, wire-free weapon detection systems for the JB MDL Open House Air Show scheduled for May 16-18, 2025. The systems must be capable of screening a minimum of 1,200 individuals per hour per lane while maintaining near-zero false alarm rates and accommodating mobility aids such as wheelchairs and strollers. This procurement is critical for ensuring the safety and security of large crowds expected at the event, with a total funding amount of $25 million allocated for the contract. Interested small businesses must submit their proposals by April 28, 2025, and can direct inquiries to TSgt Nicholas Brown at nicholas.brown.72@us.af.mil or Patrick S. Duff at patrick.duff.5@us.af.mil.