NATO - Tactical deployable communications and information systems

This is a business opportunity from an overseas buyer. Pitch for the business and explain how your company meets their requirements.

Tactical deployable communications and information systems (TDCIS) for the Portuguese Army.

Details

Opportunity closing date
28 September 2022
Opportunity publication date
16 September 2022
Opportunity type
NATO
Industry
Defence
Enquiries received
3
Value of contract
£5m-50m
Report opportunity

Description

The NATO Communications and Information Agency (NCI), as the host nation, hereby gives notice of its intent to issue a Request for Quotation (RFQ) for the provision of a tactical deployable communications and information systems (TDCIS) for the Portuguese Army.

Attached to this letter at Annex A is a summary of the requirements. These requirements are being refined and will be included in further detail as part of the Request for Quotation.

The reference for the Request for Quotation will be RFQ-CO-115363-PRT-TDCIS. All correspondence concerning this Notification of Intent and the RFQ should reference this number.

For the purpose of planning, the estimated cost for the services and deliverables included within the scope of the intended contract is approximately EUR 33,199,650.00.

The NCI Agency will use the Basic Ordering Agreement (BOA) Plus procedure, lowest price technically compliant evaluation. The successful bid pursuant to the RFQ will be that bid which is the lowest price and technically compliant in accordance with the evaluation criteria prescribed in the RFQ.

It is planned to award a single firm-fixed price contract for the entire scope of work. No partial bidding will be accepted.

Attached to this letter, at Annex B, is a list of potential bidders that may be able to provide the services and equipment required for this project. This list was compiled from the companies that have an active BOA with NCI Agency. Furthermore, it includes for nominated, eligible bidders of the initial RFQ.

The BOA Plus procedure allows National Responsible Authorities to nominate eligible bidders, in addition to the companies identified at Annex B. Any such nomination for companies that do not have an active BOA should be received from the National Responsible Authorities via their Delegation/ Mission to NATO, who will provide the requisite Declaration of Eligibility (DoE). Upon receipt of the DoE, the NCI Agency will add the nominated company to the list of potential bidders.

The execution of the proposed contract may require unescorted access and work of contractor personnel at NATO Class I and II security areas, and in accordance with C- M(2002)49, NATO Security Policy, personnel of the successful bidder will be required to hold individual security clearances of “NATO SECRET.” Only companies maintaining such appropriate personnel clearances will be able to perform the resulting contract.

Requirements

Background
1. Prior to the inception of this project, the Portuguese Ministry of Defence (PRT MOD) designed and developed Sistema de Informação e Comunicações - Tático (SIC-T) over a period of 6 years, to support Portuguese Army deployments up to the Brigade level. Under a Memorandum of Understanding (MOU) between the PRT MOD and the NATO Communications and Information Agency (NCI Agency), the NCI Agency is to develop and deliver a new Tactical Deployable Communications and Information System (TDCIS) to supplement the existing PRT MOD SIC-T Communication and Information System (CIS).

2. Following the agreed MOU, a series of PRT MOD business requirements has been produced, detailing a wide range of services and capabilities to be developed and implemented. This work is to be carried out by a contractor selected by and accountable to the NCI Agency. The requirements are grouped into a series of work packages to be delivered across the project’s lifecycle. There is a costed option for PRT MOD consideration, regarding the provision of a TDCIS Through Life Support contract beyond project closure.

3. While the contractor selected to perform this project’s work will report to the NCI Agency, PRT MOD stakeholders will follow and sometimes be present during the contract execution. Their involvement will be key, amongst others, to the effective integration of Purchaser Furnished Equipment (PFE) supplied by the PRT MOD to the NCI Agency, who will in turn relay this PFE to the selected contractor.

Operational Objective
4. The TDCIS shall provide the PRT Army with a secure, modular, sustainable and interoperable means of communications and information exchange with other deployed PRT Army units connected to the Portuguese National Defence Network (NDN), or with deployed elements of mission partners connected to a NATO Federated Mission Network (FMN).

5. In that capacity, the TDCIS shall continue supporting and further enhance the participation of the PRT Army as an Affiliate within the Federated Mission Networking (FMN) framework.

System Overview
6. TDCIS is to be capable of supporting deployments of one entire Brigade at once or multiple sub-elements concurrently in either a Portuguese or international (NATO and non-NATO) operational role. In these roles, deployed Portuguese personnel are to be capable of reaching back into the Portuguese NDN. While deployed mobile users are to have limited service provision, the nodes supporting deployed Brigade, Battalion and Company headquarters are to provide connected users with all necessary information services.

7. TDCIS is composed of different node types to deliver IT services to users over different domains :
a. Access Node (AN) for Brigade level support
b. Battalion Communication Centre (BCC) for Battalion level support
c. Company Communication Centre (CCC) for Company level support

8. TDCIS also contains nodes used to build the tactical and reach back Wide Area Network (WAN):
a. Transit Node (TN) that enables the communication between nodes
b. Radio Access Point (RAP) that enables communication with mobile users
c. Rear Link (RL) that enables reach-back to the NDN

9. Each of these nodes are composed of CIS and non-CIS equipment installed in shelters and on trailers.

10. Additionally a pool of stand-alone trailers, the “GAR-T HCLOS Trailer”, is available to extend the reach of the tactical links and/or extend node transmission capacity.

11. TDCIS also contains a NS Kit composed of transit case integrated CIS and Non-CIS equipment used as a Node extension for users requiring access to NS services.

12. Finally, a set of Pooled Elements shall be delivered as part of the TDCIS to allow PRT Army to augment Nodes with additional functionalities where and when required.

13. In supporting deployed units’ interoperability, a varying combination of network meshes is to be formed. These use different bearer technologies such as: wired (Copper and Fiber), SATCOM (Military and Commercial), Radio Links (HF, VHF, UHF), Deployable Line Of Sight (DLOS) and International Mobile Telecommunication (IMT) networks.

14. TDCIS is to be capable of acting as a NDN extension or as a Federated Mission Element (in NATO and non-NATO operations). These scenarios are to be on a mutually exclusive basis.

Description of the Contract Scope
15. The scope of the prospective contract includes the procurement, design, integration and the testing and validation of TDCIS nodes with existing PRT MOD and NATO Deployed CIS services.

16. All of the TDCIS nodes are to be delivered across a series of 3 batches, with delivery of the first batch to be completed by June 2026. Delivery of the remaining batches is to be completed by the end of 2026. It is expected that the prospective contract will provide for the procurement of a minimum of 27 nodes, and will include contractual options for the procurement of up to 18 additional nodes. The final quantity of nodes to be delivered will be determined by the pricing within the selected contractor’s submission.

17. The first delivered of each node type within Table 2 is to be employed in training of PRT MOD staff in the use and administration of TDCIS, before being dispatched for operational use.

18. The project includes also a NS Kit composed of a set of transit cases integrated CIS equipment and a set of Pooled Elements used to reinforce any of the TDCIS Nodes.

Elements that are out of Contract Scope
19. This section describes TDCIS elements which will be provided as Purchaser Furnished Equipment (PFE).

20. Vehicles to transport shelters and tow trailers are not to be delivered by this project.

21. While system administrator devices (workstations, phones, etc.) are in scope of the project, the provision of those being used by end users to connect to TDCIS services are not to be provided by this project.

22. Dedicated reference or training platforms are not to be delivered by this project.

23. The following devices are PFE:
a. Accredited encryption devices for classified networks
b. Combat Net Radio (CNR) devices for mobile unit integration
c. IP HF Radio for RL
d. Iridium terminal
e. Various software and associated licenses

24. However, although all the items listed in this section will be provided to the selected Contractor by the Purchaser, the Contractor is to include their integration, testing and validation within the nodes as activities to be performed under this project.

Opportunity closing date
28 September 2022
Value of contract
£5m-50m
The buyer is happy to talk to
manufacturers, wholesalers, distributors, agents, consultants

The deadline to apply for this opportunity has passed.
Visit the opportunities page to find another.

Is there anything wrong with this page?