NATO Business Opportunity: Provide Multi-Band Person-Pack & Fly-Away Satellite Terminals
ID: IFB-CO-423291-PPFAType: Special Notice
Overview

Buyer

COMMERCE, DEPARTMENT OFBUREAU OF INDUSTRY AND SECURITY

NAICS

All Other Telecommunications (517810)
Timeline
    Description

    The Department of Commerce, through the Bureau of Industry and Security, is seeking qualified contractors to provide Multi-Band Person-Pack and Fly-Away Satellite Terminals for the NATO Communications and Information Agency (NCI Agency). The procurement involves establishing an Indefinite Delivery Indefinite Quantity (IDIQ) Framework Contract for SATCOM on-the-Pause (SOTP) terminals, including Very Small Fly-Away (VSFA), Small Fly-Away (SFA), Medium Fly-Away (MFA), and Large Fly-Away (LFA) terminals, which are essential for secure military communications across various RF bands. This project is critical for enhancing NATO's telecommunications capabilities, ensuring operational resilience, and maintaining effective communication within its forces. Interested U.S. firms must submit a Declaration of Eligibility (DOE) application by October 28, 2024, with the IFB expected to be distributed on June 30, 2025, and contract award anticipated by July 31, 2026. For further inquiries, contact Lee Ann Carpenter at LeeAnn.Carpenter@bis.doc.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a NATO project aimed at the procurement of SATCOM on-the-Pause (SOTP) terminals over a five-year period. The project encompasses various-sized Flexibly Assigned SATCOM Terminals (FAST) capable of delivering communication across different RF bands. The initial purchase includes Very Small Fly-Away and Small Fly-Away terminals with further scopes for Medium and Large terminals as specified in the indefinite delivery indefinite quantity (IDIQ) contract. Key requirements emphasize transportability, operational resilience under environmental standards, multiband capabilities, and simplified operational procedures across all terminal groups to maintain modularity and ease of use. The IDIQ contract is expected to commence in Q3 2026 and continues until Q2 2031, with an initial Task Order lasting until Q2 2028. NATO's rapid procurement methods aim to ensure efficiency, cost-effectiveness, and compliance with technical constraints regarding export control for all included systems. Additionally, all terminals will be backed by a minimum one-year warranty for hardware and software maintenance. This project represents a significant investment in secure telecommunications for military operations, highlighting NATO's commitment to maintaining effective communication capabilities within its forces.
    Similar Opportunities
    NATO Business Opportunity: Hybrid Work Environment Managed Device Service
    Active
    Commerce, Department Of
    The Department of Commerce, specifically the Bureau of Industry and Security, is seeking qualified contractors for the NATO Business Opportunity: Hybrid Work Environment Managed Device Service. The NATO Communications and Information Agency (NCI Agency) aims to establish a framework agreement for managed device services, which will include the lifecycle management of various devices such as desktop workstations, laptops, and VoIP phones, all compliant with TEMPEST SDIP 27 communication security standards. This initiative is crucial for enhancing operational efficiency and ensuring high-quality service delivery to NATO personnel while minimizing staff involvement in device management. Interested U.S. prime contractors must request a Declaration of Eligibility (DOE) by October 28, 2024, with the Invitation for Bid (IFB) expected to be distributed in Q4 FY24 and contract awards anticipated in Q2 FY25. For further inquiries, contact Lee Ann Carpenter at LeeAnn.Carpenter@bis.doc.gov.
    NATO Business Opportunity: Provide DCIS Mission Execution Anchor Capability
    Active
    Commerce, Department Of
    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. The project aims to deliver two Mission Anchor Functions (MAF) across locations in Brunssum, Netherlands, and Lago Patria, Italy, ensuring secure and non-secure communication services for NATO missions through a cloud architecture. This initiative is critical for enhancing NATO's strategic communication infrastructure and interoperability with existing systems. Interested U.S. prime contractors must meet specific eligibility criteria, including maintaining a cleared facility and personnel, and must submit a Declaration of Eligibility (DOE) request by November 26, 2024, with the Invitation for Bid (IFB) expected to be distributed on January 20, 2025. For further inquiries, contact Lee Ann Carpenter at LeeAnn.Carpenter@bis.doc.gov.
    NATO Business Opportunity: Provision of Office Supply Ordering System
    Active
    Commerce, Department Of
    The Bureau of Industry and Security within the Department of Commerce is seeking proposals for the provision of an Office Supply Ordering System for NATO's Headquarters Supreme Allied Commander Transformation (HQ SACT). The contract requires the establishment of an e-commerce platform that allows for the online ordering of office supplies, with a minimum of weekly desktop deliveries to designated office spaces. This Firm Fixed Price Service Delivery contract is crucial for ensuring efficient procurement of office supplies, supporting NATO's operational capabilities from January 2025 to December 2029. Interested bidders must submit their proposals via email by 9:00 am on December 2, 2024, directly to HQ SACT, adhering to the specified eligibility criteria and evaluation processes outlined in the RFP.
    NATO Business Opportunity: Endpoint Protection Enhancement
    Active
    Commerce, Department Of
    The Department of Commerce, specifically the Bureau of Industry and Security, is seeking qualified U.S. prime contractors for a NATO Business Opportunity focused on enhancing endpoint protection capabilities. The project aims to centralize and improve the management of cybersecurity across the NATO Enterprise, introducing a state-of-the-art Endpoint Detection and Response (EDR) tool while addressing existing security gaps. This initiative is critical for ensuring robust cybersecurity measures across approximately 80,000 endpoints in diverse environments, including on-premise and cloud-based systems. Interested contractors must submit a Declaration of Eligibility by November 12, 2024, with the Invitation for Bid expected to be distributed on December 16, 2024, and bids closing on May 31, 2025. For further inquiries, contact Lee Ann Carpenter at LeeAnn.Carpenter@bis.doc.gov.
    NATO Business Opportunity: Enterprise Identity Access Management Service (EIDAM) - User Account Lifecycle Management Outsourcing
    Active
    Commerce, Department Of
    The Department of Commerce, specifically the Bureau of Industry and Security, is seeking qualified contractors for the NATO Business Opportunity: Enterprise Identity Access Management Service (EIDAM) focused on User Account Lifecycle Management Outsourcing. The primary objective of this procurement is to enhance user account management processes while ensuring the security of privileged accounts, with a focus on providing a consistent and reliable service that includes a Single Sign-On experience across various domains. This initiative is critical for maintaining efficient identity management in government operations, which is essential for service delivery and user confidence. Interested contractors must contact Lee Ann Carpenter at LeeAnn.Carpenter@bis.doc.gov and adhere to key deadlines, including the request for a Declaration of Eligibility by November 4, 2024, with the anticipated bid closing in Q1 2025 and contract award expected in Q2 2025.
    58--COMPACT TERMINAL
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking to procure two units of the Compact Terminal (NSN 7H-5895-LLH0C1954) under a presolicitation notice. The procurement is set aside for small businesses, and the selected contractor must comply with specific quality assurance standards, including MIL-I-45208A, as verified by a joint DCMA/NAVSUP WSS survey team. This equipment is critical for the USS Roosevelt (DDG 80) and is not available from other sources due to the government's lack of ownership of the necessary data for repair or alternative sourcing. Interested parties should contact Alexander Bonner at (717) 605-6458 or via email at ALEXANDER.BONNER@NAVY.MIL for further details, and proposals must be submitted within 45 days of the notice publication.
    CSS0128 Sources Sought - Flex BPA
    Active
    Dept Of Defense
    The Department of Defense, specifically the United States Space Force's Space Systems Command, is conducting a sources sought notice for a Blanket Purchase Agreement (BPA) related to IntelSat FlexAir and FlexMove services. The objective is to identify potential vendors capable of providing managed Ku-band satellite communication services for aeronautical and land mobile applications in support of the DoD and federal agencies. This initiative aims to enhance military communications capabilities through industry collaboration and innovative solutions. Interested vendors must submit detailed capability statements by November 1, 2024, to the designated contacts, Anar Wagner and Quentin Fields, via email, ensuring that all submissions are concise and specific, as generic responses will not be considered.
    MODEM GROUP,SATELLITE
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Land and Maritime, is seeking sources for a one-time procurement of a modem group (NSN: 5895016967817). Interested suppliers must provide information to become an approved source for this item, which is critical for military communications and operations. The procurement process aims to gather comprehensive market data to tailor a Request for Proposal (RFP) that meets the needs of the Warfighter while ensuring competitive pricing and delivery timelines. Interested parties should complete the attached market survey and submit it to DiAnna Wade at DiAnna.Wade@dla.mil by 1:00 PM EST on October 28, 2024, to participate in this opportunity.
    Satellite Deployable Node RFI
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is conducting a Request for Information (RFI) to identify potential sources for a Satellite Deployable Node (SDN) system designed for Special Warfare operations. The procurement aims to acquire ruggedized laptops and routers that can facilitate Command and Control (C2) operations, ensuring interoperability with various military radios and the capability to transmit critical situational awareness and targeting data securely. This equipment is vital for the operational readiness of Special Tactics Forces, particularly in challenging environments and during air drop missions. Interested parties are encouraged to submit their technical specifications, capabilities, and estimated costs by November 25, 2024, and may contact Jared Rush at jared.rush@us.af.mil or Bryce Haney at bryce.haney.3@us.af.mil for further information.
    Satellite Communications as a Managed Service (SATaaMS)
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking industry feedback through a Request for Information (RFI) for its Satellite Communications as a Managed Service (SATaaMS) initiative. The procurement aims to establish a reliable and secure global communication network to support Army operations, requiring capabilities such as a minimum of 6 Mbps download and 2 Mbps upload speeds, along with the provision of iDirect SATCOM terminals and managed subscription services over a five-year period. This initiative is critical for enhancing the Army's communication infrastructure, ensuring operational availability, and fostering collaboration with industry experts. Interested parties are encouraged to submit their responses and relevant documentation by November 15, 2024, to the primary contact, Venita Allen, at venita.allen@spaceforce.mil, or the secondary contact, John Seacrist, at john.seacrist@spaceforce.mil.