subject: invitation for bids ifb-co-14059-ita … unclassified ncia/acq/2015/1209 nato unclassified...

134
NATO UNCLASSIFIED Acquisition [email protected] Telephone: +32 (2) 707 8282 Fax: +32 (2) 707 8770 NATO UNCLASSIFIED I NCIA/ACQ/2015/1209 19 June 2015 To: See Distribution List Subject: INVITATION FOR BIDS IFB-CO-14059-ITA Procurement of CIS Equipment in Support to NRDC-ITA to execute SJO (L)Dear Sir/Madam, 1. Your firm is hereby invited to participate in an Invitation for Bids under BOA procedure for the procurement of CIS Equipment in Support to NRDC-ITA to execute SJO (L)’’. 2. NATO will place one contract to cover the entire scope of the project. 3. The award will be based on the proposal evaluated as the lowest price, technically compliant in accordance with the selection criteria set forth in the Bidding Instructions. 4. THE CLOSING TIME FOR SUBMISSION OF BIDS IN RESPONSE TO THIS INVITATION FOR BIDS IS 15:00 HOURS (BRUSSELS TIME) ON MONDAY 20 JULY 2015. 5. This Invitation for Bids consists of the Bidding Instructions (Book I) and the Prospective Contract (Book II). The Prospective Contract contains the Schedule of Supplies and Services (Part I), Contract Special Provisions (Part II), BOA Contract General Provisions (Part III), and the Statement of Work (Part IV). The Statement of Work and the Annexes thereto set forth detailed specifications governing the performance requirements of the contract. 6. The overall security classification of this Invitation For Bids is “NATO UNCLASSIFIED”. This Invitation For Bids remains the property of the NCI Agency and shall be protected in accordance with the applicable national security regulations. 7. The Bidders have the right to request IFB clarifications as outlined in section 2.6 of the Bidding Instructions (Book I). 8. You are requested to complete and return the enclosed acknowledgement of receipt within 10 days of receipt of this IFB, informing NCI Agency of your intention to bid/not to bid. Your firm is not bound by its initial decision, and if you decide to reverse your stated intention at a later date, you are requested to advise us by a separate letter.

Upload: dangque

Post on 25-May-2018

222 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: Subject: INVITATION FOR BIDS IFB-CO-14059-ITA … UNCLASSIFIED NCIA/ACQ/2015/1209 NATO UNCLASSIFIED III Distribution List for IFB-CO-14059-ITA Prospective Bidders (sent separately

NATO UNCLASSIFIED

Acquisition

[email protected]

Telephone: +32 (2) 707 8282

Fax: +32 (2) 707 8770

NATO UNCLASSIFIED I

NCIA/ACQ/2015/1209 19 June 2015

To: See Distribution List

Subject: INVITATION FOR BIDS IFB-CO-14059-ITA “Procurement of CIS

Equipment in Support to NRDC-ITA to execute SJO (L)”

Dear Sir/Madam, 1. Your firm is hereby invited to participate in an Invitation for Bids under BOA procedure for

the procurement of “CIS Equipment in Support to NRDC-ITA to execute SJO (L)’’.

2. NATO will place one contract to cover the entire scope of the project.

3. The award will be based on the proposal evaluated as the lowest price, technically compliant in accordance with the selection criteria set forth in the Bidding Instructions.

4. THE CLOSING TIME FOR SUBMISSION OF BIDS IN RESPONSE TO THIS INVITATION FOR BIDS IS 15:00 HOURS (BRUSSELS TIME) ON MONDAY 20 JULY 2015.

5. This Invitation for Bids consists of the Bidding Instructions (Book I) and the Prospective Contract (Book II). The Prospective Contract contains the Schedule of Supplies and Services (Part I), Contract Special Provisions (Part II), BOA Contract General Provisions (Part III), and the Statement of Work (Part IV). The Statement of Work and the Annexes thereto set forth detailed specifications governing the performance requirements of the contract.

6. The overall security classification of this Invitation For Bids is “NATO UNCLASSIFIED”. This Invitation For Bids remains the property of the NCI Agency and shall be protected in accordance with the applicable national security regulations.

7. The Bidders have the right to request IFB clarifications as outlined in section 2.6 of the Bidding Instructions (Book I).

8. You are requested to complete and return the enclosed acknowledgement of receipt within 10 days of receipt of this IFB, informing NCI Agency of your intention to bid/not to bid. Your firm is not bound by its initial decision, and if you decide to reverse your stated intention at a later date, you are requested to advise us by a separate letter.

Page 2: Subject: INVITATION FOR BIDS IFB-CO-14059-ITA … UNCLASSIFIED NCIA/ACQ/2015/1209 NATO UNCLASSIFIED III Distribution List for IFB-CO-14059-ITA Prospective Bidders (sent separately
Page 3: Subject: INVITATION FOR BIDS IFB-CO-14059-ITA … UNCLASSIFIED NCIA/ACQ/2015/1209 NATO UNCLASSIFIED III Distribution List for IFB-CO-14059-ITA Prospective Bidders (sent separately

NATO UNCLASSIFIED

NCIA/ACQ/2015/1209

NATO UNCLASSIFIED III

Distribution List for IFB-CO-14059-ITA

Prospective Bidders (sent separately by email) All NATO Delegations (Attn: Infrastructure Adviser) Belgian Ministry of Economic Affairs All Embassies in Brussels (Attn: Commercial Attaché)

NATO HQ NATO Office of Resources Management and Implementation Branch – Attn: Deputy Branch Chief Director, NATO HQ C3 Staff Attn: Executive Co-ordinator SACTREPEUR Attn: Infrastructure Assistant Strategic Commands MG Thomas FRANZ, ACO/DCOS CIS & Cyber Defence Vice Admiral Bruce Estes Grooms, ACT/DCOS Capability Development NCI Agency ACQ Director of Acquisition (Mr Peter Scaruppe) Administrator Contracts Award Board (Ms Marie-Louise Le Bourlot) ACQ Chief of Contracts (Mr L.T. Herway) ACQ Principal Contracting Officer (Mr James A. Wager) ACQ Senior Contracting Officer (Mr Graham Hindle) Legal Office (Mr Vincent Roobaert) SStrat (Mr Ciro Cuciniello) DM (Ms Els Boets) ILS (Mr Chris Lucas) Cost Analyst (Mr Rene Berghuijs) Finance Registry NCI Agency – All NATEXs

Page 4: Subject: INVITATION FOR BIDS IFB-CO-14059-ITA … UNCLASSIFIED NCIA/ACQ/2015/1209 NATO UNCLASSIFIED III Distribution List for IFB-CO-14059-ITA Prospective Bidders (sent separately

NATO UNCLASSIFIED

NCIA/ACQ/2015/1209

NATO UNCLASSIFIED

IV

This page has intentionally been left blank

Page 5: Subject: INVITATION FOR BIDS IFB-CO-14059-ITA … UNCLASSIFIED NCIA/ACQ/2015/1209 NATO UNCLASSIFIED III Distribution List for IFB-CO-14059-ITA Prospective Bidders (sent separately

NATO UNCLASSIFIED

NCIA/ACQ/2015/1209

NATO UNCLASSIFIED

V

Attachment A

Acknowledgement of Receipt of Invitation For Bids

IFB-CO-14059-ITA

Please complete and return within 10 days by: e-mail: [email protected] fax: +32 (0)2 707 8770, for the attention of Mrs. Lise Vieux-Rochat

We hereby advise that we have received Invitation For Bids IFB-CO-14059-ITA

on ........................................., together with all enclosures listed in the Table of Contents.

CHECK ONE

{ } As of this date and without commitment on our part, we do intend to submit a bid.

{ } We do not intend to submit a bid.

{ } We are reviewing the requirements of the IFB and will notify you of our decision as soon as possible.

Signature:

Printed Name:

Title:

Company:

Address:

Page 6: Subject: INVITATION FOR BIDS IFB-CO-14059-ITA … UNCLASSIFIED NCIA/ACQ/2015/1209 NATO UNCLASSIFIED III Distribution List for IFB-CO-14059-ITA Prospective Bidders (sent separately

June 19, 2015 2:08 PM

NATO UNCLASSIFIED

NATO UNCLASSIFIED

RFQ-CO-14059-ITA Bidders List

Page 1 of 6

ALBANIA

BELGIUM

BULGARIA

CANADA

CountryTCN shpk

AKACIOATOSAlfa Systems NVAstron N.V.Avaya Inc.Black Box Network ServicesBrevco Services S.C.S.Computacenter NVComputer Sciences CorporationComputerland S.L.M.Cybertrust Belgium NVDamovo Belgium NV/SADell NVDimension Data BelgiumEricsson sa/nvGetronics Belgium SA/NVGillam-FEIHewlett Packard Belgium B.V.B.A./S.P.R.L.IBM Belgium NV/SANextiraOneNijkerk Computer Solutions BeNeLuxOracle BelgiumProdata Systems N.V.RealDolmen NVRohde & Schwarz Belgium N.V / S.A.SAITSecurelink NVSimac ICT BelgiumSogeti Belgium NV/SASun Microsystems Belgium NVTelindus NVThales Alenia Space Etca s.a.Thales S.A.UNIFYUniskill NVVan Roey Automation NVVerizon Terremark NVWAL-MART Benelux sa

Lirex BG LtdTelelink EAD

ATCO Structures and LogisticsDialogic CorporationFiber Connections Inc.

Vendor

Page 7: Subject: INVITATION FOR BIDS IFB-CO-14059-ITA … UNCLASSIFIED NCIA/ACQ/2015/1209 NATO UNCLASSIFIED III Distribution List for IFB-CO-14059-ITA Prospective Bidders (sent separately

June 19, 2015 2:08 PM

NATO UNCLASSIFIED

NATO UNCLASSIFIED

RFQ-CO-14059-ITA Bidders List

Page 2 of 6

CANADA

CROATIA

CZECH REPUBLIC

DENMARK

ESTONIA

FRANCE

GERMANY

CountryGeneral Dynamics Canada Ltd.McBride Consulting Group IncNetwork Innovations Inc.Norsat International Inc.

Asseco SEE d.o.o.CROZ d.o.o. za informaticku djelatnostCS Computer Systems LtdIN2 Information Engineering Ltd.INsig2 d.o.o.Podatkovni Centar Kriz d.o.o.Senso IS d.o.o.

Damovo Ceska republika s.r.o.GTS Czech, s.r.o.SITEL, spol. s r.o.Skill s.r.o.TTC Telekomunikace, s.r.o.Techniserv, s.r.o.

Bruhn Newtech A/SCopenhagen Contractors A/SDSE Airport SolutionsDan office ApSSAAB Danmark A/S

Telegrupp AS

ADW NetworkAltran technologies_ASD ParisBertin TechnologiesBull SASCS Systèmes d'InformationsCassidian SASEutelsat SAGLOBAL TechnologiesINEO DefenseLGMMETRACOMOrange Business ServicesSagem Defense Securite

Bechtle GmbH & Co.KGBechtle GmbH System House AachenCGI (Germany) Gmbh &Co.KGCONET Solutions GmbHCSC Deutschland Solutions GmbH

Vendor

Page 8: Subject: INVITATION FOR BIDS IFB-CO-14059-ITA … UNCLASSIFIED NCIA/ACQ/2015/1209 NATO UNCLASSIFIED III Distribution List for IFB-CO-14059-ITA Prospective Bidders (sent separately

June 19, 2015 2:08 PM

NATO UNCLASSIFIED

NATO UNCLASSIFIED

RFQ-CO-14059-ITA Bidders List

Page 3 of 6

GERMANY

GREECE

HUNGARY

ITALY

LATVIA

LITHUANIA

CountryCognizant Consulting and Services GmbHEADS Deutschland GmbH(ex Dornier GmbH)Eagle Eye SecurityFREQUENTIS Nachrichtentechnik GmbHGBS TEMPEST & Service GmbHGTSI Corp.Giesecke & Devrient GmbHIABG mbHKB Impuls Service GmbHLambda-Space GmbHMarz Network Services GmbHOHB-System AGPan Dacom Direkt GmbHQuin GmbHRoda Computer GmbHRohde & Schwarz GmbH & Co. KGT-Systems International GmbHThales Electronic Systems GmbHXORTEC GmbH

Cosmos Business Systems S.A.European Dynamics SAInfo-Quest SAPC SYSTEMS S.A.Space Hellas

Fercom Ltd.Hubel Hungarian & Belgian Ltd.Kapsch BusinessCom Kft.S&T Consulting Hungary Ltd.Synergon Information Systems plc- Synergon Integrator Kft

Akron Business Technologies srlELE.SI.A. S.p.AItaltelNA.EL. SRLSMS Engineering srlTESEO S.p.AValtellina SpaVitrociset S.p.A.

Baltic Information & Security SystemsKomerccentrs DATI grupa LTD

Blue BridgeJSC FIMA (UAB)

Vendor

Page 9: Subject: INVITATION FOR BIDS IFB-CO-14059-ITA … UNCLASSIFIED NCIA/ACQ/2015/1209 NATO UNCLASSIFIED III Distribution List for IFB-CO-14059-ITA Prospective Bidders (sent separately

June 19, 2015 2:08 PM

NATO UNCLASSIFIED

NATO UNCLASSIFIED

RFQ-CO-14059-ITA Bidders List

Page 4 of 6

NETHERLANDS

NORWAY

POLAND

Country@Valley B.V.ADD Engineering B.V.Carrier to Carrier Telecom B.V.Contour Advanced Systems BVEurotempest BVGlobal CrossingGlobal Systems and SoftwareHet IT BVMisco Nederland BVNetwork Innovations B.V.OSPL Nederland BVPQR bvPointGroup BVQuanza Engineering B.V.Sectra Communications BVSurCom International BVTTEC Computers BV- Transtec AGThe IP CompanyTucana Telecom B.V.Uni Business Centre BVWBC Innovations BV

3D perception ASAstrium Services Enterprises ASAtea Norge ASDatametrix A.SEvryUmoe IKTZenitel Norway AS

Asseco Poland S.A.Atende S.A.(prior ATM S.A.)ComArch S.A.Consortia Sp. z o.o.DGT Spólka z o.o.Decsoft S.A.Designers S.J.ElmontexEnamor Sp. z.o.oKenBIT Koenig i Wspolnicy Sp. j.MAW Telecom Intl SAOptimus SAPROKOM Software S.A.Produs S.A.Qumak-Sekom S.A.S&T Services Polska Sp. z o.o.Siltec Sp. z.o.o.

Vendor

Page 10: Subject: INVITATION FOR BIDS IFB-CO-14059-ITA … UNCLASSIFIED NCIA/ACQ/2015/1209 NATO UNCLASSIFIED III Distribution List for IFB-CO-14059-ITA Prospective Bidders (sent separately

June 19, 2015 2:08 PM

NATO UNCLASSIFIED

NATO UNCLASSIFIED

RFQ-CO-14059-ITA Bidders List

Page 5 of 6

POLAND

ROMANIA

SLOVAKIA

SPAIN

TURKEY

UNITED KINGDOM

CountrySolidex S.A.Sygnity S.A.TTcomm S.A.Teldat - Sp.J. Kruszynski & CichockiUnizeto Technologies SAVOL Sp. z o.o. Sp.k.WASKO S.A.Zbar Phu Mariusz Popenda

Romsys SRLSC Mira Telecom SRLUTI Grup S.A.

Aliter Technologies a.sQuadriq, a.s.

Alma Technologies s.a.Distecable S.L.IBETOR s.l.Informática El Corte Ingles (IECISA)MDU, S.A.U.

C TECH Bilisim Tek. San ve Tic A.S.E+M Elektrik Sistem Hizmetleri Ltd. Sti.Global Teknik Elektronik Yazilim Muhendislik Havacilik San. Tic. A.S.Kuanta Insaat Taahhut Elektronik TurizmMANTIS Software & Consultancy CompanySuta Insaat ve Muhendislik Sirketi

Airbus DS LimitedAnubis Associates LtdAudaxAvanti Communications Group plcBT Global ServicesFujitsu ServicesGGR Communications Ltd UKGeneral Dynamics United Kingdom LimitedINDT Ltd.Info-Assure LTD.Northrop Grumman Mission Systems EuropeLtd.Rockwell Collins (UK) Ltd.Secure Systems & Technologies Ltd. (SST)Software Box Ltd.Spectra Group (UK) LtdSystemware Europe LtdUltra Electronics CIS Ltd.Voice Concepts Ltd.

Vendor

Page 11: Subject: INVITATION FOR BIDS IFB-CO-14059-ITA … UNCLASSIFIED NCIA/ACQ/2015/1209 NATO UNCLASSIFIED III Distribution List for IFB-CO-14059-ITA Prospective Bidders (sent separately

June 19, 2015 2:08 PM

NATO UNCLASSIFIED

NATO UNCLASSIFIED

RFQ-CO-14059-ITA Bidders List

Page 6 of 6

254

UNITED KINGDOMUNITED STATES

Country

Total :

AATD, LLCALTIMA GROUP INTERNATIONAL, INC. (AGI)AT&T Government Solutions, Inc.Advanced Programs Inc. (API)Affigent, LLCApplied Coherent Technology Corp.BAE Systems Information Solutions Inc.Blue River Information Technology, LLCDRS Technical Services, Inc.Diversified Technology, Inc.EMW, Inc.Emerging Markets Communications (EMC)EquantExtreme Networks, Inc.Forward Slope, IncHetra Secure SolutionsHoneywell Technology Solutions Inc.Hyperion, Inc.Intelsat General CorporationK3 Enterprises, Inc.L-3 National Security Solutions, Inc.LTI DataCom Inc.MA Federal Inc. (dba iGov.com)ManTech International CorporationMutual Telecom Services Inc. d/b/a BlackBox Network Services GovernmentSolutionPegasus Professional Services LLCPresidio Networked Solutions, IncRaytheon CompanyNetwork Centric SystemsSAICSavi Technology, Inc.Spacenet Integrated Government SolutionsSprint Communications Company, L.P.The Experts, Inc.Trace SystemsTranTech Inc.URS Federal Services International IncUS International Development ConsortiumUltiSat, Inc.Unisys CorporationVykin CorporationWorld Wide Technology Inc.

Vendor

Page 12: Subject: INVITATION FOR BIDS IFB-CO-14059-ITA … UNCLASSIFIED NCIA/ACQ/2015/1209 NATO UNCLASSIFIED III Distribution List for IFB-CO-14059-ITA Prospective Bidders (sent separately

N A T O U N C L A S S I F I E D IFB-CO-14059-ITA

N A T O U N C L A S S I F I E D Book I Page 1 of 32

INVITATION FOR BIDS

IFB-CO-14059-ITA

Support to NRDC-ITA to execute SJO (L)

Procurement of CIS Equipment

Page 13: Subject: INVITATION FOR BIDS IFB-CO-14059-ITA … UNCLASSIFIED NCIA/ACQ/2015/1209 NATO UNCLASSIFIED III Distribution List for IFB-CO-14059-ITA Prospective Bidders (sent separately

N A T O U N C L A S S I F I E D IFB-CO-14059-ITA

Book I - Bidding Instructions

N A T O U N C L A S S I F I E D Book I Page 2 of 23

GENERAL INDEX

BOOK I - THE BIDDING INSTRUCTIONS

Section I Introduction

Section II General Bidding Information

Section III Bid Preparation Instructions

Section IV Bid Evaluation

Annex A Certificates

Annex B Bidding Sheets

Page 14: Subject: INVITATION FOR BIDS IFB-CO-14059-ITA … UNCLASSIFIED NCIA/ACQ/2015/1209 NATO UNCLASSIFIED III Distribution List for IFB-CO-14059-ITA Prospective Bidders (sent separately

N A T O U N C L A S S I F I E D IFB-CO-14059-ITA

Book I - Bidding Instructions

N A T O U N C L A S S I F I E D Book I Page 3 of 23

IFB-CO-14059-ITA

BOOK I - BIDDING INSTRUCTIONS

Page 15: Subject: INVITATION FOR BIDS IFB-CO-14059-ITA … UNCLASSIFIED NCIA/ACQ/2015/1209 NATO UNCLASSIFIED III Distribution List for IFB-CO-14059-ITA Prospective Bidders (sent separately

N A T O U N C L A S S I F I E D IFB-CO-14059-ITA

Book I - Bidding Instructions

N A T O U N C L A S S I F I E D Book I Page 4 of 23

CONTENTS

1. SECTION I - INTRODUCTION ................................................................................................................... 5

2. SECTION II - GENERAL BIDDING INFORMATION .............................................................................. 6

2.1 DEFINITIONS ....................................................................................................................................... 6 2.2 ELIGIBILITY .......................................................................................................................................... 6 2.3 BID DELIVERY AND BID CLOSING ................................................................................................ 7 2.4 REQUESTS FOR EXTENSION OF BID CLOSING DATE ............................................................ 8 2.5 PURCHASER POINT OF CONTACT ............................................................................................... 8 2.6 REQUEST FOR IFB CLARIFICATIONS .......................................................................................... 8 2.7 REQUESTS FOR WAIVERS AND DEVIATIONS ........................................................................... 9 2.8 AMENDMENT OF THE INVITATION FOR BIDS ........................................................................... 9 2.9 MODIFICATION AND WITHDRAWAL OF BIDS ............................................................................ 9 2.10 BID VALIDITY..................................................................................................................................... 10 2.11 CANCELLATION OF INVITATION FOR BIDS .............................................................................. 11 2.12 ELECTRONIC TRANSMISSION OF INFORMATION AND DATA ............................................ 11 2.13 BID GUARANTEE ............................................................................................................................. 11

3. SECTION III - BID PREPARATION INSTRUCTIONS ......................................................................... 13

3.1 GENERAL ........................................................................................................................................... 13 3.2 BID ADMINISTRATION (PART I) .................................................................................................... 13 3.3 PRICE QUOTATION (PART II) ....................................................................................................... 14 3.4 TECHNICAL PROPOSAL (PART III) .............................................................................................. 15 3.5 PACKAGING AND MARKING OF BIDS ........................................................................................ 17

4. SECTION IV - BID EVALUATION ........................................................................................................... 17

4.1 GENERAL ........................................................................................................................................... 17 4.2 ADMINISTRATIVE CRITERIA ......................................................................................................... 19 4.3 PRICE CRITERIA .............................................................................................................................. 19 4.4 TECHNICAL CRITERIA .................................................................................................................... 22

ANNEX A – CERTIFICATES .............................................................................................................................. 1

ANNEX B – BIDDING SHEETS ....................................................................................................................... 13

Page 16: Subject: INVITATION FOR BIDS IFB-CO-14059-ITA … UNCLASSIFIED NCIA/ACQ/2015/1209 NATO UNCLASSIFIED III Distribution List for IFB-CO-14059-ITA Prospective Bidders (sent separately

N A T O U N C L A S S I F I E D IFB-CO-14059-ITA

Book I - Bidding Instructions

N A T O U N C L A S S I F I E D Book I Page 5 of 23

1. SECTION I - INTRODUCTION 1.1 The purpose of this solicitation is to invite bids for the procurement of CIS

Equipment in Support to NRDC-ITA to execute Small Joint Operation (Land).

1.2 This solicitation is an Invitation For Bids (IFB). It is based on BOA Competition and it will be processed in accordance with the procedures for the Use of Basic Ordering Agreements (BOAs) by the NATO COMMUNICATIONS AND INFORMATION AGENCY (NCI Agency) set forth in the NATO document AC/4-D(2002)002-FINAL.

1.3 This IFB will not be the subject of a public bid opening.

1.4 Security

1.4.1 The security classification of this IFB is “NATO UNCLASSIFIED”.

1.4.2 Contractor personnel that will work at NATO sites are required to possess a security clearance of “NATO SECRET”. Contractor personnel without such a clearance, confirmed by the appropriate national security authority and transmitted to the cognisant NATO security officer in accordance with the specific instructions contained in this IFB, will be denied access to the site. Denial of such access by the Purchaser may not be used by the Contractor as the basis for a claim of adjustment or an extension of schedule nor can the denial of access be considered a mitigating circumstance in the case of an assessment of Liquidated Damages or a determination of Termination For Default by the Purchaser.”

1.4.3 All NATO CLASSIFIED material entrusted to the Contractor shall be handled and safeguarded in accordance with applicable security regulations. The Contractor shall be required to possess a Facility clearance of "NATO SECRET" for those sites in which he intends to handle and store NATO classified material in the conduct of work under this contract.

1.4.4 Bidders are advised that contract signature will not be delayed in

order to allow the processing of security clearances for personnel or facilities and, should the otherwise successful Bidder not be in a position to accept the offered Contract within a reasonable period of time, due to the fact that its personnel or facilities do not possess the appropriate security clearance(s), the Purchaser may determine the Bidder’s Offer to be non-compliant and offer the Contract to the next ranking Bidder. In such a case, the Bidder who would not sign the Contract shall be liable for forfeiture of the Bid Guarantee.

1.5 The Contract will be made on a Firm Fixed Price Basis to the lowest technically compliant Bid.

Page 17: Subject: INVITATION FOR BIDS IFB-CO-14059-ITA … UNCLASSIFIED NCIA/ACQ/2015/1209 NATO UNCLASSIFIED III Distribution List for IFB-CO-14059-ITA Prospective Bidders (sent separately

N A T O U N C L A S S I F I E D IFB-CO-14059-ITA

Book I - Bidding Instructions

N A T O U N C L A S S I F I E D Book I Page 6 of 23

1.6 The Bidder shall refer to the Purchaser all queries for a resolution of possible conflicts found in information contained in this document in accordance with the procedures set forth in 2.6 "Requests for IFB Clarifications".

2. SECTION II - GENERAL BIDDING INFORMATION 2.1 DEFINITIONS

2.1.1 The term “Assembly” as used herein means an item forming a portion of equipment that can be provisioned and replaced as an entity and which normally incorporates replaceable parts or groups of parts.

2.1.2 The term "Bidder" as used herein refers to a firm, consortium, or joint venture which submits an offer in response to this solicitation.

2.1.3 The term "Compliance" as used herein means strict conformity to the requirements and standards specified in this Invitation For Bids.

2.1.4 The term "Contractor" refers to a firm of a participating country which has signed a contract under which it will perform a service, manufacture a product, or carry out works for NATO.

2.1.5 The term “Participating Country” as used herein means one of the 28 contributory NATO nations in the project, namely, (in alphabetical order): ALBANIA, BELGIUM, BULGARIA, CANADA, CROATIA, THE CZECH REPUBLIC, DENMARK, ESTONIA, FRANCE, GERMANY, GREECE, HUNGARY, ICELAND, ITALY, LATVIA, LITHUANIA, LUXEMBOURG, THE NETHERLANDS, NORWAY, POLAND, PORTUGAL, ROMANIA, SLOVAKIA, SLOVENIA, SPAIN, TURKEY, THE UNITED KINGDOM and THE UNITED STATES

2.1.6 The term "Purchaser" refers to the authority issuing the IFB and/or awarding the contract (the NCI Agency).

2.1.7 The term “Sub-Assembly” as used herein refers to a portion of an assembly consisting of two or more parts that can be provisioned and replaced as an entity. The definition purposely excludes components and/or parts.

2.2 ELIGIBILITY

2.2.1 Only firms, which maintain an active Basic Ordering Agreement (BOA) with NCI Agency are eligible to engage in this competitive bidding process. In addition, all Contractors, sub-Contractors and manufacturers, at any tier, must be from Participating Countries.

2.2.2 None of the work, including project design, labour and services shall be performed other than by firms from and within Participating Countries.

2.2.3 No materials or items of equipment down to and including identifiable sub-assemblies shall be manufactured or assembled by a firm other than from and within a Participating Country.

Page 18: Subject: INVITATION FOR BIDS IFB-CO-14059-ITA … UNCLASSIFIED NCIA/ACQ/2015/1209 NATO UNCLASSIFIED III Distribution List for IFB-CO-14059-ITA Prospective Bidders (sent separately

N A T O U N C L A S S I F I E D IFB-CO-14059-ITA

Book I - Bidding Instructions

N A T O U N C L A S S I F I E D Book I Page 7 of 23

2.2.4 The intellectual property rights to all design documentation and related system operating software shall reside in NATO member countries, and no license fees, or royalty charges shall be paid by the Contractor to firms, individuals or governments other than within the NATO member countries.

2.3 BID DELIVERY AND BID CLOSING

2.3.1 All Bids shall be in the possession of the Purchaser at the address given below in paragraph 2.3.2 before 15:00 hours (Brussels Time) on Monday 20 July 2015 at which time and date bidding shall be closed.

2.3.2 Bids shall be delivered to the following address:

By Post:

NATO CI Agency Batiment Z ACQ Boulevard Leopold III 1110 Brussels Belgium

Attention: Mrs. Lise Vieux-Rochat, Senior Contracting Assistant (ext. 8282)

Hand Carried or Courier Service:

NATO CI Agency Batiment Z ACQ Bâtiment Z Avenue du Bourget 140 1110 Brussels Belgium

Attention: Mrs. Lise Vieux-Rochat, Senior Contracting Assistant (ext. 8282)

Bids submitted by electronic means (fax, e-mail) are not permitted and will not be considered.

Bids which are delivered to the Purchaser after the specified time and date set forth above for Bid Closing are "late bids" and shall not be considered for award. Such bids will be returned unopened to the Bidder at the Bidder's expense unless the Purchaser can determine that the bid in question meets the criteria for consideration as specified below.

2.3.3 Consideration of Late Bid – The Purchaser considers that it is the responsibility of the Bidder to ensure that the bid submission arrives by the specified Bid Closing time. Considering number and quality of express delivery services, courier services and special services provided by the national postal systems, a late bid shall only be considered for award under the following circumstances:

(a) A contract has not already been awarded pursuant to the IFB, and

(b) the bid was sent to the address specified in the IFB by ordinary, registered or certified mail not later than ten (10) calendar days before the bid closing date and the delay was due solely to the national or international postal

Page 19: Subject: INVITATION FOR BIDS IFB-CO-14059-ITA … UNCLASSIFIED NCIA/ACQ/2015/1209 NATO UNCLASSIFIED III Distribution List for IFB-CO-14059-ITA Prospective Bidders (sent separately

N A T O U N C L A S S I F I E D IFB-CO-14059-ITA

Book I - Bidding Instructions

N A T O U N C L A S S I F I E D Book I Page 8 of 23

system for which the Bidder bears no responsibility (the official postmark for ordinary and Registered Mail or the date of the receipt for Certified Mail will be used to determine the date of mailing), or

(c) the bid was hand carried, or delivered by a private courier service and the Bidder can produce a receipt which demonstrates that the delivery was made to the correct address and received by a member of NCI Agency and the failure to be received by the Contracting Authority was due to mishandling within the Purchaser’s organisation.

2.3.4 A late bid which was hand-carried, or delivered by a private courier service for which a proper receipt cannot be produced cannot be considered for award under any circumstances nor can late bids which bear no post marks or for which documentary evidence of mailing date cannot be produced.

2.3.5 Bidders are advised that security personnel or other personnel remaining on the premises outside of normal business hours may decline to sign or issue receipts for delivered items.

2.4 REQUESTS FOR EXTENSION OF BID CLOSING DATE

2.4.1 All requests for extension of bid closing date must be submitted in writing by fax or E-mail. Such requests shall be forwarded to the point of contact specified in paragraph 2.5 below and shall arrive not later than ten (10) days prior to the stated Bid Closing Date. The Purchaser is under no obligation to answer requests submitted after this time. Extensions to the bidding date are at the discretion of the Purchaser.

2.5 PURCHASER POINT OF CONTACT

2.5.1 The Purchaser point of contact for all information concerning this IFB is:

NATO CI Agency ACQ – Batiment Z Boulevard Leopold III 1110 Brussels Belgium Attention: Mrs Lise Vieux-Rochat, Senior Contracting Assistant Tel: +32 2 707 8282 Fax: +32 2 707 8770 E-mail: [email protected]

2.6 REQUEST FOR IFB CLARIFICATIONS

2.6.1 Bidders, during the solicitation period, are encouraged to query and seek clarification of any matters of a contractual, administrative and technical nature pertaining to this IFB.

2.6.2 All questions and requests for clarification must be submitted in writing by mail, by FAX or by E-mail. All questions and requests must reference the section(s) in the IFB subject for clarifications. The questions and/or requests shall be forwarded to the point of contact specified in paragraph 2.5 above and shall arrive not later than ten (10) days prior to the stated Bid Closing

Page 20: Subject: INVITATION FOR BIDS IFB-CO-14059-ITA … UNCLASSIFIED NCIA/ACQ/2015/1209 NATO UNCLASSIFIED III Distribution List for IFB-CO-14059-ITA Prospective Bidders (sent separately

N A T O U N C L A S S I F I E D IFB-CO-14059-ITA

Book I - Bidding Instructions

N A T O U N C L A S S I F I E D Book I Page 9 of 23

Date.The Purchaser is under no obligation to answer questions submitted after this time.

2.6.3 Bidders are advised that subsequent questions and/or requests for clarification included in a bid shall neither be answered nor considered for evaluation and may be grounds for a determination of non-compliance.

2.6.4 Except as provided above, all questions will be answered by the Purchaser and the questions and answers (but not the identity of the questioner) will be issued in writing to all prospective Bidders.

2.6.5 The published answers issued by the Purchaser shall be regarded as the authoritative interpretation of the IFB. Amendment to the language of the IFB included in the answers shall be incorporated by the Bidder in his offer.

2.7 REQUESTS FOR WAIVERS AND DEVIATIONS

2.7.1 Bidders are informed that requests for alteration to, waivers of, or deviations from the Schedules, the Special Contract Provisions, the terms and conditions in the NATO CI Agency’s Basic Ordering Agreement, the Technical Specifications, the Statement of Work and any other Terms and Conditions of the Prospective Contract will not be considered after the Request for Clarification process.

2.7.2 Requests for alterations to the other requirements, terms or conditions of the Invitation For Bids or the Prospective Contract may only be considered as part of the clarification process set forth in paragraph 2.6 above. Requests for alterations to the specifications, terms and conditions of the Contract which are included in a Bid as submitted may be regarded by the Purchaser as a qualification or condition of the Bid and may be grounds for a determination of non-compliance.

2.8 AMENDMENT OF THE INVITATION FOR BIDS

2.8.1 The Purchaser may revise, amend or correct the terms, conditions and/or specifications and provisions of the IFB documents at any time prior to the date set for the Bid Closing. Any and all modifications will be transmitted to all prospective Bidders by an official amendment designated as such and signed by the Contracting Authority. Such amendment shall be recorded in the Acknowledgement of Receipt which the Bidder shall complete and enclose as part of his bid. This process may be part of the clarification procedures set forth in paragraph 2.6 above or may be an independent action on the part of the Purchaser.

2.8.2 The Purchaser will consider the potential impact of amendments on the ability of prospective Bidders to prepare a proper bid within the allotted time. The Purchaser may extend the "Bid Closing Date" at his discretion and such extension will be set forth in the amendment document.

2.9 MODIFICATION AND WITHDRAWAL OF BIDS

2.9.1 Bids, once submitted, may be modified by Bidders, but only to the extent that the modifications are in writing, conform to the requirements of the IFB, and are received by the Purchaser prior to the exact time and date established for

Page 21: Subject: INVITATION FOR BIDS IFB-CO-14059-ITA … UNCLASSIFIED NCIA/ACQ/2015/1209 NATO UNCLASSIFIED III Distribution List for IFB-CO-14059-ITA Prospective Bidders (sent separately

N A T O U N C L A S S I F I E D IFB-CO-14059-ITA

Book I - Bidding Instructions

N A T O U N C L A S S I F I E D Book I Page 10 of 23

Bid Closing. Such modifications shall be considered as an integral part of the submitted bid.

2.9.2 Modifications to bids which arrive after the Bid Closing Date will be considered as "Late Modifications" and will be processed in accordance with the procedure set forth above concerning "Late Bids", except that unlike a "Late Bid", the Purchaser will retain the modification until a selection is made. A modification to a bid which is determined to be late will not be considered in the evaluation and selection process. If the Bidder submitting the modification is determined to be the successful Bidder on the basis of the unmodified bid, the modification may then be opened. If the modification makes the terms of the bid more favourable to the Purchaser, the modified bid may be used as the basis of contract award. The Purchaser, however, reserves the right to award a contract to the apparent successful Bidder on the basis of the bid submitted and disregard the late modification.

2.9.3 A Bidder may withdraw his bid at any time prior to Bid Opening without penalty. In order to do so, an authorised agent or employee of the Bidder must provide an original statement of the firm's decision to withdraw the bid and remove the bid from the Purchaser's premises.

2.9.4 Except as provided in paragraph 2.10.4(b) below, a Bidder may withdraw his bid after Bid Opening only by forfeiture of the Bid Guarantee.

2.10 BID VALIDITY

2.10.1 Bidders shall be bound by the term of their bids for a period of 6 months starting from the Bid Closing Date specified at paragraph 2.3.1 above.

2.10.2 In order to comply with this requirement, the Bidder shall complete the Certificate of Bid Validity set forth in Annex A.3. Bids offering less than the period of time referred to above for acceptance by the Purchaser may be determined to be non-compliant.

2.10.3 The Purchaser will endeavour to complete the evaluation and make an award within the period referred to above. However, should that period of time prove insufficient to render an award, the Purchaser reserves the right to request an extension of the period of validity of all bids which remain under consideration for award.

2.10.4 Upon notification by the Purchaser of such a request for a time extension, the Bidders shall have the right to:

(a) accept this extension of time in which case Bidders shall be bound by the terms of their offer for the extended period of time and the Bid Guarantee and Certificate of Bid Validity extended accordingly; or

(b) refuse this extension of time and withdraw the bid, in which case the Purchaser will return to the Bidder his Bid Guarantee in the full amount without penalty.

2.10.5 Bidders shall not have the right to modify their bids due to a Purchaser request for extension of the bid validity unless expressly stated in such request.

Page 22: Subject: INVITATION FOR BIDS IFB-CO-14059-ITA … UNCLASSIFIED NCIA/ACQ/2015/1209 NATO UNCLASSIFIED III Distribution List for IFB-CO-14059-ITA Prospective Bidders (sent separately

N A T O U N C L A S S I F I E D IFB-CO-14059-ITA

Book I - Bidding Instructions

N A T O U N C L A S S I F I E D Book I Page 11 of 23

2.11 CANCELLATION OF INVITATION FOR BIDS

2.11.1 The Purchaser may cancel, suspend or withdraw for re-issue at a later date this IFB at any time prior to contract award. No legal liability on the part of the Purchaser for payment of any sort shall arise and in no event will any Bidder have cause for action against the Purchaser for the recovery of costs incurred in connection with preparation and submission of a bid in response to this IFB.

2.12 ELECTRONIC TRANSMISSION OF INFORMATION AND DATA

2.12.1 The Purchaser will endeavour to communicate answers to requests for clarification and amendments to this IFB to the prospective Bidders by the fastest means possible, including the use of e-mail where the firms have forwarded the necessary address information.

2.13 BID GUARANTEE

2.13.1 The Bidder shall furnish with his Bid a guarantee in an amount equal to fiftyThousand Euros (€50,000). The Bid Guarantee shall be in the form of an irrevocable, unqualified and unconditional bid bond, i.e. Standby Letter of Credit issued by a Belgian banking institution fully governed by Belgian legislation or issued by a non-Belgian financial institution and confirmed by a Belgian banking institution fully governed by Belgian legislation. In the latter case signed original letters from both the issuing institution and the confirming institution must be provided. The confirming Belgian bank shall clearly state that it will guarantee the funds, the drawing against can be made by the NCI Agency at its premises in Belgium. Bid Guarantees shall be made payable to the Treasurer, NATO CI Agency.

2.13.2 Alternatively, a Bidder may elect to post the required Guarantee by certified cheque. If the latter method is selected, Bidders are informed that the Purchaser will cash the cheque on the Bid Closing Date.

2.13.3 “Standby Letter of Credit" as used herein, means a written commitment by a Belgian financial institution either on its own behalf or as a confirmation of the Standby Letter of Credit issued by a non-Belgian bank to pay all or part of a stated amount of money, until the expiration date of the letter, upon presentation by the Purchaser of a written demand therefore. Neither the financial institution nor the Bidder can revoke or condition the Standby Letter of Credit. The term “Belgian financial institution” includes non-Belgian financial institutions licensed to operate in Belgium.

2.13.4 The following format may be used by the issuing financial institution to create a Standby Letter of Credit:

_____________________________________________________ [Issuing Financial Institution’s Letterhead or Name and Address] Issue Date ______ Standby Letter of Credit No. ________________ Account party’s name ________________________ Account party’s address ______________________ For Contract No. IFB-CO-14059-ITA (for reference only)

Page 23: Subject: INVITATION FOR BIDS IFB-CO-14059-ITA … UNCLASSIFIED NCIA/ACQ/2015/1209 NATO UNCLASSIFIED III Distribution List for IFB-CO-14059-ITA Prospective Bidders (sent separately

N A T O U N C L A S S I F I E D IFB-CO-14059-ITA

Book I - Bidding Instructions

N A T O U N C L A S S I F I E D Book I Page 12 of 23

To: The NATO Communications and Information Agency Boulevard Leopold III B-1110 Bruxelles, Belgique 1. We hereby establish this Standby Letter of Credit in your favour for

one or more drawings up to (amount) (€XX,000). This Standby Letter of Credit is payable at [issuing financial institution] office at [issuing financial institution’s address] and expires with our close of business on ______*.

2. We hereby undertake to honour your sight draft(s) drawn on the issuing or, if any, the confirming financial institution, for all or any part of this credit if presented with this Standby Letter of Credit and confirmation, if any, at the office specified in paragraph 1 of this Standby Letter of Credit on or before the expiration date or any subsequently extended expiration date specified by an amendment to this Standby Letter of Credit.

3. This Standby Letter of Credit is subject to the laws of The Kingdom of Belgium.

Sincerely, _______________________ [Issuing financial institution] * Insert anticipated Bid Validity Date

2.13.5 If the Bid Closing Date is extended after a Bidder's financial institution has

issued a Bid Guarantee, it is the obligation of the Bidder to have such Bid Guarantee (and confirmation, as applicable) extended to reflect the revised Bid Validity date occasioned by such extension.

2.13.6 Failure to furnish the required Bid Guarantee in the proper amount, and in the proper form and for the appropriate duration by the Bid Closing Date may be cause for the bid to be determined non-compliant.

2.13.7 Bid Guarantees will be returned to Bidders as follows:

(a) to non-compliant Bidders forty-five (45) days after notification by the Purchaser of a non-compliant bid (except where such determination is challenged by the Bidder; in which case the Bid Guarantee will be returned forty-five (45) days after a final determination of non-compliance);

(b) to all other unsuccessful Bidders within thirty (30) days following the award of the contract to the successful Bidder;

(c) to the successful Bidder upon submission of the Performance Guarantee required by the Contract or, if there is no requirement for such a Performance Guarantee, upon contract execution by both parties.

(d) pursuant to paragraph 2.10.4 (b)

Page 24: Subject: INVITATION FOR BIDS IFB-CO-14059-ITA … UNCLASSIFIED NCIA/ACQ/2015/1209 NATO UNCLASSIFIED III Distribution List for IFB-CO-14059-ITA Prospective Bidders (sent separately

N A T O U N C L A S S I F I E D IFB-CO-14059-ITA

Book I - Bidding Instructions

N A T O U N C L A S S I F I E D Book I Page 13 of 23

3. SECTION III - BID PREPARATION INSTRUCTIONS

3.1 GENERAL

3.1.1 Bids shall be prepared in accordance with the instructions set forth herein. Failure to comply with these instructions may result in the Bid being declared non-compliant.

3.1.2 Bidders shall prepare a complete Bid which comprehensively addresses all requirements stated herein. The Bid shall demonstrate the Bidder's understanding of the IFB and his ability to provide all the deliverables and services listed in the Schedule of Supplies and Services. Partial bids will be declared non-compliant.

3.1.3 The Bidder shall not restate the IFB requirements in confirmatory terms only. The Bidder must clearly describe what is being offered and how the Bidder will meet all IFB requirements. Statements in confirmatory terms only will be sufficient grounds for determining the bid to be non-compliant.

3.1.4 Bidders shall prepare their bid in 3 parts in the following quantities:

a) Bid Administration (Part I): 1x Original

b) Price Quotation (Part II): 1x Original with 1x Electronic Copy on CD-ROM (Excel Version)

c) Technical Proposal (Part III): 1x Original with 1x Electronic Copy on CD-ROM

3.1.5 Documents submitted in accordance with section 3.1.4 above shall be classified no higher than “NATO UNCLASSIFIED” material.

3.1.6 Bidders are advised that the Purchaser reserves the right to incorporate the Bidders Technical Proposal in whole or in part in the resulting contract.

3.2 BID ADMINISTRATION (PART I)

3.2.1 The “Bid Administration” Part shall contain a Bid Guarantee as described in Section 2.13 to these Bidding Instructions. If the Bid Guarantee is sent to the Purchaser directly from the Bidder’s bank, a letter in lieu of the actual Guarantee shall be included in the Bid Administration Package, specifying the details of the transmittal.

3.2.2 The following certifications shall be provided by completing the certificates set forth in Annex A hereto, specifically:

(a) A-1 Certificate of Legal Name of Bidder (b) A-2 Certificate of Independent Determination (c) A-3 Certificate of Bid Validity (d) A-4 Certificate of Understanding (e) A-5 Certificate of Exclusion of Taxes, Duties and Charges (f) A-6 Acknowledgement of Receipt of IFB Amendments (g) A-7 Disclosure of Requirements for NCI Agency Execution of

Supplemental Agreements

Page 25: Subject: INVITATION FOR BIDS IFB-CO-14059-ITA … UNCLASSIFIED NCIA/ACQ/2015/1209 NATO UNCLASSIFIED III Distribution List for IFB-CO-14059-ITA Prospective Bidders (sent separately

N A T O U N C L A S S I F I E D IFB-CO-14059-ITA

Book I - Bidding Instructions

N A T O U N C L A S S I F I E D Book I Page 14 of 23

(h) A-8 Certification of NATO Member Country Origin of Delivered Equipment, Services, Material and Intellectual Property Rights

(i) A-9 Comprehension and Acceptance of Contract Special and General Provisions

(j) A-10 Certificate of AQAP 2110 or ISO-9001:2008 Compliance (i) A-11 List of Prospective Sub-Contractors/Consortium Members

3.3 PRICE QUOTATION (PART II)

3.3.1 The Price Proposal shall be prepared and submitted in the form of completed Bidding Sheets at Annex B hereto. The prices entered shall reflect the cost of the total items required to meet the contractual requirements.

3.3.2 Bidders shall quote in their own national currency or in EURO. Bidders may also submit bids in multiple currencies including other NATO member states' currencies under the following conditions:

(a) the currency is of a "participating country" in the project, and

(b) the Bidder can demonstrate, either through sub-contract arrangements or in its proposed work methodology, that it will have equivalent expenses in that currency. All major subcontracts and their approximate anticipated value should be listed on a separate sheet and included with the Price Quotation.

3.3.3 Bidders are informed that the Purchaser, by virtue of his status stipulated in

the provisions of the NCIO Charter, Article 67(e)(3), is exempt from all direct taxes (incl. VAT), and all customs duties on merchandise imported or exported. This provision reads as follows:

"Each participating nation undertakes to grant to NCI Agency under the terms of Articles 9 and 10 of the Ottawa Agreement, exemption from all direct taxes (except rates, taxes and dues which are no more than charges for public utility services) from the taxes on the sale of movable and immovable properties, and from customs and excise duties in respect of equipment imported or exported by NCI Agency or its appointed agents."

3.3.4 Bidders shall therefore exclude from their Price Quotation all taxes, duties and customs charges from which the Purchaser is exempted by international agreement. Bidders are reminded of the requirement to complete the certification to this effect in Annex A-5.

3.3.5 All prices quoted in the proposal shall be DDP (Delivery Duty Paid) to specified destination, in accordance with the International Chamber of Commerce INCOTERMS 2000 and shall also cover all packaging, packing, preservation, insurance and transportation charges. Prices quoted shall include all costs for items supplied and delivered to final destination.

3.3.6 Except as required in the Bidding Instructions, no other documentation besides the Bidding Sheets shall be included in the Price Quotation. Any other document of a contractual or technical nature will not be considered during evaluation and may be cause for a determination of non-compliance by the Purchaser.

Page 26: Subject: INVITATION FOR BIDS IFB-CO-14059-ITA … UNCLASSIFIED NCIA/ACQ/2015/1209 NATO UNCLASSIFIED III Distribution List for IFB-CO-14059-ITA Prospective Bidders (sent separately

N A T O U N C L A S S I F I E D IFB-CO-14059-ITA

Book I - Bidding Instructions

N A T O U N C L A S S I F I E D Book I Page 15 of 23

3.3.7 When completing the Bidding Sheets the Bidder shall insert information in all yellow cells of the Bidding Sheets. A price for each specified element needs to be supplied on each CLIN. Prices should not be grouped. The prices and quantities entered on the document shall reflect the total items required to meet the contractual requirements. The total price shall be indicated in the appropriate columns and in the currency quoted. If the price of a line item is expressed in different currencies, these shall be identified, and there shall be as many totals on that line item as there are currencies. In preparing the Price Quotation, Bidders shall ensure that the prices of the Sub-items total the price of the major item of which they constitute a part. The accuracy of the inputs of the Priced Proposal Sheets is the responsibility of the Bidder. The Purchaser in its favour may resolve ambiguous computation of prices.

3.3.8 Where an item specified in the requirement is no longer available, Bidders are requested to provide the nearest available equivalent which meets or exceeds the specifications of the item which it replaces. Bidders shall provide technical data on the alternative product and justifying its inclusion.

3.3.9 The Bidder shall furnish firm fixed price quotations, for all proposed items including all options provided for in this IFB with any and all appropriate additions. Partial quotations shall be rejected.

3.3.10 The Bidder understands that there is no obligation under this contract for NCI Agency to exercise any of the optional line items and that NCI Agency bears no liability should it decide not to exercise the options (totally or partially). Further, NCI Agency reserves the right to order another Contractor (or the same), to perform the tasks described in the optional line items of the current contract through a new contract with other conditions.

3.3.11 Prices for items at CLIN 1 and sub clins thereto shall include the cost of one year support and one year warranty as detailed in Part IV. the Satement of Work clause 9.

3.4 TECHNICAL PROPOSAL (PART III)

3.4.1 This package must include the following items:

3.4.1.1 Table of Contents

3.4.1.1.1 Bidders shall compile a detailed Table of Contents which lists not only the Section Headings but also the major sub-sections, and topic headings required set forth in these Instructions or implicit in the organisation of the Technical Proposal.

3.4.1.2 Corporate Structure and Capabilities Documentation

3.4.1.2.1 Corporate Organisation/Capital Facilities. This section shall describe the Corporate Structure of the Prime Contractor and the administration of the prospective Project within the overall corporate structure. This section should indicate the chain of authority within the Prime Contractor’s organisation from the Project Manager to the Chief Executive Officer. The Bidder shall describe the corporate resources which are available to support the Project which are resident in the organisation of the Prime Contractor.

Page 27: Subject: INVITATION FOR BIDS IFB-CO-14059-ITA … UNCLASSIFIED NCIA/ACQ/2015/1209 NATO UNCLASSIFIED III Distribution List for IFB-CO-14059-ITA Prospective Bidders (sent separately

N A T O U N C L A S S I F I E D IFB-CO-14059-ITA

Book I - Bidding Instructions

N A T O U N C L A S S I F I E D Book I Page 16 of 23

3.4.1.2.2 The Bidder shall describe the distribution, warehousing, or order-processing capabilities the Bidder has that enables it to provide efficient and prompt delivery of COTS information systems equipment in satisfaction of short-notice or unpredictable customer orders. The description must provide sufficient evidence to confirm that the Bidder will be able to meet the timelines and other shipment and task requirements of the SOW.

3.4.1.3 Corporate Experience Documentation

3.4.1.3.1 In this section, the Bidder shall detail the experience of the Prime Contractor in the timely delivery of COTS information systems equipment similar to the equipment required under this procurement.

3.4.1.3.2 The Bidder shall provide the same information required above for the major sub-contractors for critical components. The sub-contractors must demonstrate the same level of experience applicable to each of the critical items for which they are proposed to deliver.

3.4.1.3.3 The Bidder shall describe its experience and expertise in providing warranty support and repair-and-replacement service for COTS information systems equipment.

3.4.1.4 Project Management Plan

3.4.1.4.1 The Bidder shall include a draft Project Management Plan (PMP, SOW paragraph 6) that defines the Bidder’s strategy to manage this project from Contract signature throughout the Provisional Acceptance Testing (PAT, SOW, Paragraph 7.2.2.3) and Final System Acceptance (FSA, SOW Paragraph 7.4), including any warranty periods. This PMP shall consider all aspects of project management and control and demonstrate how all the critical dates defined in the Contract will be met.

3.4.1.5 Equipment delivery

3.4.1.5.1 In this Section, the Bidder shall provide a high level project-specific description of the approach it proposes to meet the On Site delivery requirements of the Prospective Contract as set forth in Section 3 of the Statement of Work and the delivery timelines of the Prospective Contract as set forth in the Schedule of Supplies and Services.

3.4.1.6 Integrated Logistics Support

3.4.1.6.1 In this Section, the Bidder shall provide a high level project-specific description of the approach it proposes to meet the Integrated Logistics Support requirements of the Prospective Contract as set forth in Section 4 of the Statement of Work. This applies in particular but not exhaustively to the Warranty terms and conditions (in particular on-site Warranty) and to the stated requirements in terms of shipment and inventory.

3.4.1.7 Equipment Specifications

3.4.1.7.1 In this Section, the Bidder shall provide equipment specifications with the details of the items offered.

3.4.1.7.2 For each capability separately:

Page 28: Subject: INVITATION FOR BIDS IFB-CO-14059-ITA … UNCLASSIFIED NCIA/ACQ/2015/1209 NATO UNCLASSIFIED III Distribution List for IFB-CO-14059-ITA Prospective Bidders (sent separately

N A T O U N C L A S S I F I E D IFB-CO-14059-ITA

Book I - Bidding Instructions

N A T O U N C L A S S I F I E D Book I Page 17 of 23

3.4.1.7.3 For each Equipment Contract Line Item Number (CLIN) the Bidder shall provide a detailed list of the COTS components (Hardware and Software) proposed to be supplied as part of that CLIN. The product name, manufacturer name, and manufacturer’s part number, version, or release number shall be stated.

3.4.1.7.4 For each Equipment Contract Line Item Number (CLIN), the Bidder shall provide a detailed specification sheet for each item of COTS equipment the Bidder proposes to provide in satisfaction of contractual requirements. A cross-reference matrix shall be provided that demonstrates compliance with the requirements specified at Book II, Part IV of the Statement of Work.

3.4.1.7.5 The Bidder shall provide a CD-ROM containing all documents of the Technical Proposal Package readable through MS Office suite or Acrobat Reader.

3.5 PACKAGING AND MARKING OF BIDS

3.5.1 All copies of the Bid Administration Part, Price Quotation and Technical Proposal shall be segregated and enclosed in separate outer envelopes or packages marked as follows:

(a) the name and address of the Bidder;

(b) the words "SEALED BID – NRDC-ITA

(c) the designating number: "IFB-CO-14059-ITA" followed by one of the following identifications as appropriate:

- “Bid Administration” - “Price Quotation” - “Technical Proposal”

3.5.2 The separate envelopes or packages shall be placed in an outer container or containers suitable for mailing or shipping and clearly marked with the Purchaser’s address including Point of Contact as stated in 2.3.2 above and the Bidder’s name and address. The following annotation shall be prominently printed on the top and sides:

“SEALED BID IFB-CO-14059-ITA, NOTIFY ACQ UPON RECEIPT!”

4. SECTION IV - BID EVALUATION 4.1 GENERAL

4.1.1 The evaluation of bids will be made by the Purchaser solely on the basis of the requirements in this IFB.

4.1.2 The evaluation of bids and the determination as to the compliance or technical adequacy of the supplies and services offered will be based only on that information furnished by the Bidder and contained in his bid. The Purchaser

Page 29: Subject: INVITATION FOR BIDS IFB-CO-14059-ITA … UNCLASSIFIED NCIA/ACQ/2015/1209 NATO UNCLASSIFIED III Distribution List for IFB-CO-14059-ITA Prospective Bidders (sent separately

N A T O U N C L A S S I F I E D IFB-CO-14059-ITA

Book I - Bidding Instructions

N A T O U N C L A S S I F I E D Book I Page 18 of 23

shall not be responsible for locating or securing any information which is not included in the bid.

4.1.3 To ensure that sufficient information is available, the Bidder shall furnish with his bid all information appropriate to provide a complete description of the work which will be performed and/or the supplies to be delivered. The information provided shall be to a level of detail necessary for the Purchaser to determine exactly what the Bidder proposes to furnish and whether the offer meets the technical, administrative and contractual requirements of this IFB.

4.1.4 During the evaluation, the Purchaser may request clarification of the bid from the Bidder and the Bidder shall provide sufficient detailed information in connection with such requests as to permit the Purchaser to make a final determination based upon the facts. The purpose of such clarifications will be to resolve ambiguities in the bid and to permit the Bidder to state his intentions regarding certain statements contained therein. The Bidder is not permitted any cardinal alteration of the bid regarding technical matters and shall not make any change to its price quotation at any time.

4.1.5 The Bidder’s prompt response to the Purchaser’s clarification requests is important and therefore failure to provide the requested clarifications within the time-limits set forth in the specific Clarification Requests (minimum 24 hours next working day) may cause the Bid to be deemed non-compliant

4.1.6 The Purchaser reserves the right, during the evaluation and selection process, to verify any statements made concerning experience and facilities, by making a physical inspection of the Bidder's facilities and capital assets and by interviewing proposed Key Personnel. Physical inspections and interviews shall also apply to assertions in the proposal made on behalf of proposed Subcontractors. The Bidder shall be responsible for providing access to his own or Subcontractors' facilities and personnel.

4.1.7 The contract resulting from this IFB will be awarded to the Bidder whose offer, as evaluated by the Purchaser, is the lowest priced bid in compliance with the requirements of this IFB. The evaluation will be conducted in accordance with NATO Infrastructure Bidding Procedures as set forth in document AC/4-D/2261 (1996 Edition). Evaluation of this IFB will be conducted in accordance with the “One Envelope” procedure in which the Price Proposal of each Bidder is evaluated first, and only the technical proposal of the apparent lowest priced bid is technically evaluated for compliance with the requirements of the Statement of Work. Bidders that are determined to have submitted non-compliant bids will be so notified and will have an opportunity to challenge such a determination in accordance with the Alliance Operations and Missions International Competitive Bidding Procedures (AC/4-D(2007)0003). In such a case the technical proposal of the Bidder who has submitted the apparent second lowest priced bid will be evaluated. The Bidder who has offered the lowest priced, technically compliant bid will then be offered the contract for award.

Page 30: Subject: INVITATION FOR BIDS IFB-CO-14059-ITA … UNCLASSIFIED NCIA/ACQ/2015/1209 NATO UNCLASSIFIED III Distribution List for IFB-CO-14059-ITA Prospective Bidders (sent separately

N A T O U N C L A S S I F I E D IFB-CO-14059-ITA

Book I - Bidding Instructions

N A T O U N C L A S S I F I E D Book I Page 19 of 23

4.2 ADMINISTRATIVE CRITERIA

4.2.1 Prior to commencement of the Price and Technical evaluation, Bids will be reviewed for compliance with the Bid Submission Requirements of this IFB. These are as follows:

(a) The Bid was received by the Bid Closing Date and Time

(b) The Bid was packed and marked properly

(c) The Administrative Package contained the Bid Guarantee in the proper amount, in the proper form and for the established length of time

(d) The Administrative Package contained all the information required in the originally signed copies of the required Certificates in Annex A hereto.

4.2.2 A Bid that fails to conform to the above requirements may be declared non-compliant and may not be evaluated further by the Purchaser.

4.2.3 If it is discovered, during either the Price or Technical evaluation, that the Bidder has taken exception to the Terms and Conditions of the Prospective Contract, or has qualified and/or otherwise conditioned his offer on a modification or alteration of the Terms and Conditions or the language of the Statement of Work, the Bidder may be determined to have submitted a non-compliant bid.

4.3 PRICE CRITERIA

4.3.1 The Bidder’s Price Quotation will be first assessed for compliance against the following standards:

4.3.1.1 The Price Quotation meets the requirements for preparation and submission of the Price Quotation set forth in the Bid Preparation Section and the Instructions for Preparation of the Bidding Sheets, in particular:

(a) The Bidder has furnished Firm Fixed Prices for all items listed.

(b) All pricing data, i.e., quantities, unit prices, have been provided as reflected in the Bidding Sheets.

(c) Bid prices include all costs for items supplied, delivered, and supported.

(d) All prices have been accurately entered into appropriate columns, and accurately totalled.

(e) The Bidder has provided accurate unit price (where required) and total price for each line item.

(f) The Bidder has provided accurate unit price and total price of each of the sub-items she/he added (if any).

(g) The grand total is accurate.

(h) The currency of all line items has been clearly indicated.

Page 31: Subject: INVITATION FOR BIDS IFB-CO-14059-ITA … UNCLASSIFIED NCIA/ACQ/2015/1209 NATO UNCLASSIFIED III Distribution List for IFB-CO-14059-ITA Prospective Bidders (sent separately

N A T O U N C L A S S I F I E D IFB-CO-14059-ITA

Book I - Bidding Instructions

N A T O U N C L A S S I F I E D Book I Page 20 of 23

(i) The Bidder has quoted in his own national currency or in the host nation currency, Euros. Where multiple currencies including other NATO member states' currencies are quoted, the conditions of Section III, paragraph 3.3.4 are met.

(j) The Bidder has indicated that in accordance with the treaties governing the terms of business with NATO, he has excluded from his prices all taxes, duties and customs charges from which the Purchaser has been exempted.

(k) Price quotes for each individual item(s), and totalled prices are accurate and realistic (based on historic data, and/or market and competitive trends in the specified industrial sector(s)).

4.3.1.2 Detailed pricing information has been provided and is adequate, accurate, traceable, and complete.

4.3.1.3 The Price Quotation meets requirements for price realism and balance as described below in paragraph 4.3.4.

4.3.2 A bid which fails to meet the compliance standards defined in this section may be declared non-compliant and may not be evaluated further by the Purchaser.

4.3.3 Basis of Price Comparison

4.3.3.1 The Purchaser will convert all prices quoted into EURO for purposes of comparison and computation of price scores. The exchange rate to be utilised by the Purchaser will be the average of the official buying and selling rates of the European Central Bank at close of business on the last working day preceding the Bid Closing Date.

4.3.3.2 The price comparison will be based on the offered Grand Total Firm Fixed Price which includes CLINS 1- 4 in the Bidding Sheets.

4.3.4 Price Realism:

4.3.4.1 Should the Lowest Offered Price appear to be substantially different from the next lowest prices offered, the Purchaser will review the Price Quotation to determine if a reasonable explanation for the differential is apparent.

4.3.4.2 In those cases in which the prices quoted in relation with this Invitation For Bids appear to be unreasonably low in relation to the performance required under the prospective contract and/or the level of effort associated with the tasks, the Purchaser will reserve the right to request the Bidder clarifications aimed to demonstrate the rationale for such circumstances.

4.3.4.3 Indicators of an unrealistically low Bid may be the following, amongst others:

4.3.4.3.1 Labour Costs that, when amortised over the expected or proposed direct labour hours, indicate average labour rates far below those prevailing in the Bidder’s locality for the types of labour proposed.

4.3.4.3.2 Direct Material costs that are considered to be too low for the amounts and types of material proposed, based on prevailing market prices for such material.

Page 32: Subject: INVITATION FOR BIDS IFB-CO-14059-ITA … UNCLASSIFIED NCIA/ACQ/2015/1209 NATO UNCLASSIFIED III Distribution List for IFB-CO-14059-ITA Prospective Bidders (sent separately

N A T O U N C L A S S I F I E D IFB-CO-14059-ITA

Book I - Bidding Instructions

N A T O U N C L A S S I F I E D Book I Page 21 of 23

4.3.4.3.3 Numerous line item prices for supplies and services that are provided at no cost or at nominal prices.

4.3.4.4 If the Purchaser has reason to suspect that a Bidder has artificially debased its prices in order to secure contract award, the Purchaser will request clarification of the Bid in this regard and the Bidder shall provide explanation on one of the following bases:

4.3.4.4.1 An error was made in the preparation of the price quotation. In such a case, the Bidder must document the nature of the error and show background documentation concerning the preparation of the price quotation that makes a convincing case that a mistake was made by the Bidder. In such a case, the Bidder shall petition the Purchaser to either remain in the competition and accept the Contract at the offered price, or to withdraw from the competition.

4.3.4.4.2 The Bidder has a competitive advantage due to prior experience or industrial/technological processes that demonstrably reduce the costs of Bidder performance and therefore the price offered is realistic. Such an argument must support the technical proposal offered and convincingly and objectively describe the competitive advantage and the net savings achieved by this advantage over standard market practices and technology.

4.3.4.4.3 The Bidder recognises that the submitted price quotation is unrealistically low compared to its cost of performance and, for business reasons, the Bidder is willing to absorb such a loss. Such as statement can only be made by the head of the business unit submitting the Bid and will normally be made at the level of Chief Operating Officer or Chief Executive Officer. In such a case, the Bidder shall estimate the potential loss and show that the financial resources of the Bidder are adequate to withstand such reduction in revenue.

4.3.4.5 If a Bidder fails to submit a comprehensive and compelling response on one of the bases above, the Purchaser may determine the Bid submitted as non-compliant. If the Bidder responds on the basis of paragraph 4.3.4.4.1 above and requests to withdraw from the competition, the Purchaser may, depending on the nature and gravity of the mistake, allow the Bidder to withdraw.

4.3.4.6 If the Purchaser accepts the Bidder’s explanation of mistake in paragraph 4.3.4.4.1 and allows the Bidder to accept the Contract at the offered price, or the Purchaser accepts the Bidder’s explanation pursuant to paragraph 4.3.4.4.3 above, the Bidder shall agree that the supporting pricing data submitted with his Bid will be incorporated by reference in the resultant contract. The Bidder shall agree as a condition of contract signature, that the pricing data will be the basis of determining fair and reasonable pricing for all subsequent negotiations for modifications of or additions to the contract and that no revisions of proposed prices will be made.

4.3.4.7 If the Bidder presents a convincing rationale pursuant to paragraph 4.3.4.4.2 above, no additional action will be warranted. The Purchaser, however, reserves its right to reject such an argument if the rationale is not

Page 33: Subject: INVITATION FOR BIDS IFB-CO-14059-ITA … UNCLASSIFIED NCIA/ACQ/2015/1209 NATO UNCLASSIFIED III Distribution List for IFB-CO-14059-ITA Prospective Bidders (sent separately

N A T O U N C L A S S I F I E D IFB-CO-14059-ITA

Book I - Bidding Instructions

N A T O U N C L A S S I F I E D Book I Page 22 of 23

compelling or capable of objective analysis. In such a case the Bid may be determined to be non-compliant.

4.3.4.8 The Purchaser reserves the right to request prime Contractors, or the sub-Contractor to separately identify each of the direct/indirect costs, advise why each is required, and provide supporting documentation to substantiate each charge, such as: 1) catalogue price lists and any applicable discounts, 2) copies of the sub-Contractor's orders from others for the same or similar items, including explanations for cost variations, 3) sub-Contractor's internal cost estimate, or documentation of whatever means the sub-Contractor used to arrive at the charge.

4.4 TECHNICAL CRITERIA

4.4.1 Upon determination of the lowest-priced Bid as described above, the Bid shall be evaluated to confirm compliance with the following criteria associated with the respective sections of the Technical Proposal.

4.4.2 The Technical Proposal shall comply with all requirements of this IFB. The Purchaser will evaluate the Bidder’s Technical Proposal for compliance with the requirements stated in Book I, Section 3.4 and Book II, Part IV: Statement of Work (SOW).

Page 34: Subject: INVITATION FOR BIDS IFB-CO-14059-ITA … UNCLASSIFIED NCIA/ACQ/2015/1209 NATO UNCLASSIFIED III Distribution List for IFB-CO-14059-ITA Prospective Bidders (sent separately

N A T O U N C L A S S I F I E D IFB-CO-14059-ITA

Book I - Bidding Instructions

N A T O U N C L A S S I F I E D Book I Annex A Page 1 of 13

ANNEX A – CERTIFICATES

Page 35: Subject: INVITATION FOR BIDS IFB-CO-14059-ITA … UNCLASSIFIED NCIA/ACQ/2015/1209 NATO UNCLASSIFIED III Distribution List for IFB-CO-14059-ITA Prospective Bidders (sent separately

N A T O U N C L A S S I F I E D IFB-CO-14059-ITA

Book I - Bidding Instructions

N A T O U N C L A S S I F I E D Book I Annex A Page 2 of 13

ANNEX A-1

CERTIFICATE OF LEGAL NAME OF BIDDER

This Bid is prepared and submitted on behalf of the legal corporate entity specified below: Full name of Corporation:

___________________________________

Division (if applicable): ___________________________________ Sub division (if applicable): ___________________________________ Official mailing address ___________________________________ ___________________________________ ___________________________________ e-mail address _____________________________________ Fax no: ____________________________________ BOA no: ____________________________________ Point of Contact: regarding this bid: Name: _____________________________ Position: _____________________________

Telephone: _____________________________ e-mail address: _____________________________ Alternative Point of Contact:

Name: _____________________________ Position: _____________________________

Telephone: _____________________________ e-mail address: _____________________________ _________________ __________________________________________ Date Signature of Authorised Representative ___________________________________ Printed Name _____________________________ Title

Page 36: Subject: INVITATION FOR BIDS IFB-CO-14059-ITA … UNCLASSIFIED NCIA/ACQ/2015/1209 NATO UNCLASSIFIED III Distribution List for IFB-CO-14059-ITA Prospective Bidders (sent separately

N A T O U N C L A S S I F I E D IFB-CO-14059-ITA

Book I - Bidding Instructions

N A T O U N C L A S S I F I E D Book I Annex A Page 3 of 13

ANNEX A-2

CERTIFICATE OF INDEPENDENT DETERMINATION

1. Each Bidder shall certify that in connection with this procurement:

a. This Bid has been arrived at independently, without consultation, communication or agreement, for the purpose of restricting competition, with any other Bidder or with any competitor;

b. The contents of this bid have not been knowingly disclosed by the Bidder and will not knowingly be disclosed by the Bidder prior to award, directly or indirectly to any other Bidder or to any competitor, and

c. No attempt has been made, or will be made by the Bidder to induce any other person or firm to submit, or not to submit, a Bid for the purpose of restricting competition.

2. Each person signing this Bid shall also certify that:

a. He is the person in the Bidder's organisation responsible within that organisation for the decision as to the bid and that he has not participated and will not participate in any action contrary to 1(a) through 1(c) above, or

b. (i) He is not the person in the Bidder's organisation responsible within that organisation for the bid but that he has been authorised in writing to act as agent for the persons responsible for such a decision in certifying that such persons have not participated, and will not participate in any action contrary to 1(a) through 1(c) above, and as their agent does hereby so certify, and

(ii) He has not participated and will not participate in any action contrary to 1(a) through 1(c) above.

…................................................. Date

…............................................................. Signature of Authorised Representative

…............................................................. Printed Name and Title

…............................................................. Company

Page 37: Subject: INVITATION FOR BIDS IFB-CO-14059-ITA … UNCLASSIFIED NCIA/ACQ/2015/1209 NATO UNCLASSIFIED III Distribution List for IFB-CO-14059-ITA Prospective Bidders (sent separately

N A T O U N C L A S S I F I E D IFB-CO-14059-ITA

Book I - Bidding Instructions

N A T O U N C L A S S I F I E D Book I Annex A Page 4 of 13

ANNEX A-3

CERTIFICATE OF BID VALIDITY I, the undersigned, as an authorised representative of the firm submitting this bid, do hereby certify that the pricing and all other aspects of our Bid will remain valid for a period of six (6) months from the Bid Closing Date of this Invitation For Bids. …................................................. Date

…............................................................. Signature of Authorised Representative

…............................................................. Printed Name and Title

…............................................................. Company

Page 38: Subject: INVITATION FOR BIDS IFB-CO-14059-ITA … UNCLASSIFIED NCIA/ACQ/2015/1209 NATO UNCLASSIFIED III Distribution List for IFB-CO-14059-ITA Prospective Bidders (sent separately

N A T O U N C L A S S I F I E D IFB-CO-14059-ITA

Book I - Bidding Instructions

N A T O U N C L A S S I F I E D Book I Annex A Page 5 of 13

ANNEX A-4

CERTIFICATE OF UNDERSTANDING

I certify that

...............................................................................................................................................

..........................................................................................(Company Name) has read and fully understands the requirements of this Invitation For Bids (IFB) and that the Bid recognises these requirements in total.

I also certify to the best of my expert knowledge that this Bid is within the "state of art" boundaries as they exist at the time of bidding for this project.

…................................................. Date

…............................................................. Signature of Authorised Representative

…............................................................. Printed Name and Title

…............................................................. Company

Page 39: Subject: INVITATION FOR BIDS IFB-CO-14059-ITA … UNCLASSIFIED NCIA/ACQ/2015/1209 NATO UNCLASSIFIED III Distribution List for IFB-CO-14059-ITA Prospective Bidders (sent separately

N A T O U N C L A S S I F I E D IFB-CO-14059-ITA

Book I - Bidding Instructions

N A T O U N C L A S S I F I E D Book I Annex A Page 6 of 13

ANNEX A-5

CERTIFICATE OF EXCLUSION OF TAXES, DUTIES AND CHARGES I hereby certify that the prices offered in the price quotation of this Bid exclude all taxes, duties and customs charges from which the Purchaser has been exempted by international agreement. …................................................. Date

…............................................................. Signature of Authorised Representative

…............................................................. Printed Name and Title

…............................................................. Company

Page 40: Subject: INVITATION FOR BIDS IFB-CO-14059-ITA … UNCLASSIFIED NCIA/ACQ/2015/1209 NATO UNCLASSIFIED III Distribution List for IFB-CO-14059-ITA Prospective Bidders (sent separately

N A T O U N C L A S S I F I E D IFB-CO-14059-ITA

Book I - Bidding Instructions

N A T O U N C L A S S I F I E D Book I Annex A Page 7 of 13

ANNEX A-6

ACKNOWLEDGEMENT OF RECEIPT OF IFB AMENDMENTS I confirm that the following Amendments to Invitation For Bids No IFB CO-14059-ITA have been received and the Bid as submitted reflects the content of such Amendments:

Amendment Number Date Issued Date of Receipt

…................................................. Date

…............................................................. Signature of Authorised Representative

…............................................................. Printed Name and Title

…............................................................. Company

Page 41: Subject: INVITATION FOR BIDS IFB-CO-14059-ITA … UNCLASSIFIED NCIA/ACQ/2015/1209 NATO UNCLASSIFIED III Distribution List for IFB-CO-14059-ITA Prospective Bidders (sent separately

N A T O U N C L A S S I F I E D IFB-CO-14059-ITA

Book I - Bidding Instructions

N A T O U N C L A S S I F I E D Book I Annex A Page 8 of 13

ANNEX A-7

DISCLOSURE OF REQUIREMENTS FOR NCI Agency EXECUTION OF SUPPLEMENTAL AGREEMENTS

I, the undersigned, as an authorised representative of …………………(Company Name), certify the following statement: 1. All supplemental agreements, defined as agreements, documents and/or permissions outside the body of the Contract but required by my Government, and the governments of my subContractors, to be executed by the NCI Agency as a condition of my firm’s performance of the Contract, have been identified, as part of the Bid. 2. These supplemental agreements are listed as follows: 3. Examples of the terms and conditions of these agreements are attached hereto. The anticipated restrictions to be imposed on NATO, if any, have been identified in our offer along with any potential conflicts with the terms, conditions and specifications of the Prospective Contract, see……... These anticipated restrictions and potential conflicts are based on our knowledge of and prior experience with such agreements and their implementing regulations. We do not certify that the language or the terms of these agreements will be exactly as we have anticipated. 4. The processing time for these agreements has been calculated into our delivery and performance plans and contingency plans made in the case that there is delay in processing on the part of the issuing government(s), see …… 5. We recognise that additional supplemental agreements, documents and permissions presented as a condition of Contract performance or MOU signature after our firm would be selected as the successful Bidder may be cause for the NCI Agency to determine the submitted bid to be non-compliant with the requirements of the IFB; 6 We accept that should the resultant supplemental agreements issued in final form by the government(s) result in an impossibility to perform the Contract in accordance with its schedule, terms or specifications, the contract may be terminated by the Purchaser at no cost to either Party. …................................................. Date

…............................................................. Signature of Authorised Representative

…............................................................. Printed Name and Title

…............................................................. Company

Page 42: Subject: INVITATION FOR BIDS IFB-CO-14059-ITA … UNCLASSIFIED NCIA/ACQ/2015/1209 NATO UNCLASSIFIED III Distribution List for IFB-CO-14059-ITA Prospective Bidders (sent separately

N A T O U N C L A S S I F I E D IFB-CO-14059-ITA

Book I - Bidding Instructions

N A T O U N C L A S S I F I E D Book I Annex A Page 9 of 13

ANNEX A-8

CERTIFICATION OF NATO MEMBER COUNTRY ORIGIN OF DELIVERED EQUIPMENT, SERVICES, MATERIALS AND

INTELLECTUAL PROPERTY RIGHTS

The Bidder hereby certifies that, if awarded the Contract pursuant to this solicitation, he will perform the contract subject to the following conditions:

(a) none of the work, including project design, labour and services shall be

performed other than by firms from and within participating NATO member countries;

(b) no material or items of equipment down to and including identifiable sub-assemblies shall be manufactured or assembled by a firm other than from and within a participating NATO member country. (A sub-assembly is defined as a portion of an assembly consisting of two or more parts that can be provided and replaced as an entity)*; and

(c) The intellectual property rights to all design documentation and related system operating software shall reside in NATO member countries, and no license fees or royalty charges shall be paid by the Contractor to firms, individuals or governments other than within the NATO member countries.

…................................................. Date

…............................................................. Signature of Authorised Representative

…............................................................. Printed Name and Title

…............................................................. Company

*This definition purposely excludes components and/or parts (as defined in AcodP-1), which are not subject to this certification.

Page 43: Subject: INVITATION FOR BIDS IFB-CO-14059-ITA … UNCLASSIFIED NCIA/ACQ/2015/1209 NATO UNCLASSIFIED III Distribution List for IFB-CO-14059-ITA Prospective Bidders (sent separately

N A T O U N C L A S S I F I E D IFB-CO-14059-ITA

Book I - Bidding Instructions

N A T O U N C L A S S I F I E D Book I Annex A Page 10 of 13

ANNEX A-9

COMPREHENSION AND ACCEPTANCE OF CONTRACT SPECIAL AND GENERAL PROVISIONS

The Bidder hereby certifies that he has reviewed the Special Contract Provisions and the NCIO General Provisions set forth in the Prospective Contract, Book II of this Invitation For Bids. The Bidder hereby provides his confirmation that he fully comprehends the rights, obligations and responsibilities of the Contractor as set forth in the Articles and Clauses of the Prospective Contract. The Bidder additionally certifies that the offer submitted by the Bidder is without prejudice, qualification or exception to any of the Terms and Conditions and he will accept and abide by the stated Special and General Provisions if awarded the contract as a result of this Invitation For Bids. …................................................. Date

…............................................................. Signature of Authorised Representative

…............................................................. Printed Name and Title

…............................................................. Company

Page 44: Subject: INVITATION FOR BIDS IFB-CO-14059-ITA … UNCLASSIFIED NCIA/ACQ/2015/1209 NATO UNCLASSIFIED III Distribution List for IFB-CO-14059-ITA Prospective Bidders (sent separately

N A T O U N C L A S S I F I E D IFB-CO-14059-ITA

Book I - Bidding Instructions

N A T O U N C L A S S I F I E D Book I Annex A Page 11 of 13

ANNEX A-10

CERTIFICATE OF AQAP 2110 OR ISO 9001:2008 COMPLIANCE

I hereby certify that …………………………(Company Name) possesses and applies Quality Assurance Procedures/ Plans that are equivalent to AQAP 2110 or ISO 9001:2008 as evidenced through the attached documentation1. …................................................. Date

…............................................................. Signature of Authorised Representative

…............................................................. Printed Name and Title

…............................................................. Company

1 Bidders must attach copies of any relevant quality certification.

Page 45: Subject: INVITATION FOR BIDS IFB-CO-14059-ITA … UNCLASSIFIED NCIA/ACQ/2015/1209 NATO UNCLASSIFIED III Distribution List for IFB-CO-14059-ITA Prospective Bidders (sent separately

N A T O U N C L A S S I F I E D IFB-CO-14059-ITA

Book I - Bidding Instructions

N A T O U N C L A S S I F I E D Book I Annex A Page 12 of 13

ANNEX A-11

LIST OF PROSPECTIVE SUB-CONTRACTORS/CONSORTIUM MEMBERS

Name and Address of Sub-Contractor, incl.

country of origin/registration

Primary Location of Work

Items/Services to be Provided

Estimated Value of Sub-Contract

If no sub-Contractors/consortium members are involved, state this here: ………………………………………………………………………………………………….. ……………………………………………..……………………………………………………………………………………………………………………………………………….............. ………………………………………………………………………………………………….. …................................................. Date

…............................................................. Signature of Authorised Representative

…............................................................. Printed Name and Title

…............................................................. Company

Page 46: Subject: INVITATION FOR BIDS IFB-CO-14059-ITA … UNCLASSIFIED NCIA/ACQ/2015/1209 NATO UNCLASSIFIED III Distribution List for IFB-CO-14059-ITA Prospective Bidders (sent separately

N A T O U N C L A S S I F I E D IFB-CO-14059-ITA

Book I - Bidding Instructions

N A T O U N C L A S S I F I E D Book I Annex A Page 13 of 13

ANNEX B – BIDDING SHEETS

PROVIDED AS SEPARATE EXCEL FILE!

1. Bidders are required, in preparing their Price Quotation to utilise the Bidding

Sheets (two excel documents) following the instructions detailed in Section III – Bid Preparation Instructions, Paragraph 3.3 – Price Quotation (Part II) and hereunder.

2. The prices entered on the Bidding Sheets shall reflect the total items required to

meet the contractual requirements. 3. The total price shall be indicated in the appropriate columns and in the currency

quoted.

4. The total evaluated price shall be the price of the basic contract + options (CLINs 1 through to 4) .

5. If the price of a line item is expressed in different currencies, these shall be

identified, and there shall be as many totals on that line item as there are currencies.

6. In preparing the Price Quotation, Bidders shall ensure that the prices of the

Sub-items total the price of the major item of which they constitute a part. Pricing for lower level items shall add to the total for the Sub-CLINs, and the Sub-CLIN totals shall add to the CLIN total. The Purchaser in its favour may resolve ambiguous computation of prices.

7. Prices shall not include any provision for taxes or duties for which the Purchaser

is exempt.

Page 47: Subject: INVITATION FOR BIDS IFB-CO-14059-ITA … UNCLASSIFIED NCIA/ACQ/2015/1209 NATO UNCLASSIFIED III Distribution List for IFB-CO-14059-ITA Prospective Bidders (sent separately

N A T O U N C L A S S I F I E D

1 HARDWARE (1)1.1 CIS OLRT Equipment Set (Light Kit Configuration) Annex A 1 EDC+8 weeks

1.2 CIS OLRT Equipment Set (Heavy Kit Configuration) Annex A 1 EDC+8 weeks

1.3 Transportable Data Centre (Large DPoP) Annex A 1 EDC+8 weeks

1.4 Mini Transportable Data Centre (Micro DPoP) Annex A 1 EDC+8 weeks

1.5 VoIP CISCO Communication Set Annex A 1 EDC+8 weeks

1.6 End User Appliances (Laptops & Printers Kit) Annex A 1 EDC+8 weeks

1.7 Set of Active Networking Devices (Switches) Annex A 1 EDC+8 weeks

1.8 Firewalls (Network and Security Systems) Annex A 2 EDC+8 weeks

2 INSTALLATION, DESIGN, IMPLEMENTATION AND INTEGRATION2.1 Installation, Design, Implementation and Integration 3.1 & 4.1 Lot AS IN SOW

2.2 Site Survey Annex A Lot AS IN SOW

3 INTEGRATED LOGISTICS SUPPORT3.1 Shipping and Transportation(Including packaging and delivery to destination) Lot AS IN SOW

4 OPTIONS (EVALUATED) (2)

4.1 Spare parts for CIS OLRT Equipment Set Annex A Lot TO BE AGREED

4.2 Spare parts for TDC and MTDC Sub Systems Annex A Lot TO BE AGREED

4.3 Spare parts for VoIP CISCO Communication Set Annex A Lot TO BE AGREED

4.4 Spare parts for Active Networking Devices (Switches) Annex A Lot TO BE AGREED

4.5 CISCO/EMC Extended Warranty - 1st year 9.1 Lot from FSA

4.6 CISCO/EMC Extended Warranty - additional year 9.1 Lot

4.7 CISCO/EMC Extended support - 1st year 9.2 Lot from FSA

4.8 CISCO/EMC Extended support - Additional year 9.2 Lot

Notes:

1. Including Standard warranty

2. The Purchaser reserves the right to exercise the options in total or partially within Effective Date of Contract + 6 months

GRAND TOTAL FIRM FIXED PRICE (CLIN 1 to 4)

SOW

Reference

IFB-CO-14059-ITA - BOOK I - ANNEX B - BIDDING SHEETS

TOTAL FIRM FIXED PRICE (CLINs 1 to 3)

OPTIONS TOTAL FIRM FIXED PRICE (CLIN 4)

CLIN Description Qty

Unit cost

(Specify

Currency)

Total (Specify

Currency)

Delivery

Schedule

N A T O U N C L A S S I F I E D

Page 48: Subject: INVITATION FOR BIDS IFB-CO-14059-ITA … UNCLASSIFIED NCIA/ACQ/2015/1209 NATO UNCLASSIFIED III Distribution List for IFB-CO-14059-ITA Prospective Bidders (sent separately

CLIN Bidding Sheets Instructions

Currency: Select currency of input values from drop down list.

Calendar Year: Select Year 1 of the spread profile from the drop down list.

Quantity

Unit Cost Enter the unit cost of the proposed item(s) for each year.

Total Estimated Cost This is a calculated value (Quantity x Unit Price) and should not be altered.

CATEGORY DESCRIPTION APPLICATION

DIRECT MATERIAL A. Purchased Equipment - Items purchased as part of the proposed solution. Please provide vendor quotes and/or invoices along with quantity and prices.

B. Subcontracted Item - Items procured through sub contracts as part of the proposed solution. Please provide subcontractor quotes and/or invoices along with quantity and prices.

C. Other Equipment/Materials - Items procured as part of the proposed solution. Please provide vendor quotes and/or invoices along with quantity and prices.

1. Insert the Equipment Item Name(s).

2. Provide a time phased (monthly) breakdown of quantities.

3. Provide unit prices against each equipment item for each year.

4. Insert comments/descriptions/references/explanation of calculation method under the 'Notes' column

DIRECT LABOUR Direct labour is all effort directly expended by the bidder for the proposed solution

1. Insert the direct labour title(s).

2. Provide a time phased (monthly) breakdown of labour hours.

3. Provide hourly rates against each labour title for each year.

4. Insert comments/descriptions/references/explanation of calculation method under the 'Notes' column.

SUBCONTRACT LABOURIndirect labour is all effort expended by the sub-contractor for the proposed solution.

1. Insert the subcontract labour title(s).

2. Provide a time phased (monthly) breakdown of labour hours.

3. Provide hourly rates against each labour title for each year.

4. Insert comments/descriptions/references/explanation of calculation method under the 'Notes' column

TRAVELIncludes all travel associated with the procurement and delivery of the proposed solution.

1. Insert the Trip Name(s).

2. Provide number of trips being made.

3. Provide number of people travelling.

4. Provide number of days per trip. 5.

Provide cost of round trip flight. 6.

Provide daily per diem rate.

7. Insert comments/descriptions/references/explanation of calculation method under the 'Notes' column including the location & reference to SOW.

OTHER DIRECT COSTS Additional direct costs directly expended by the bidder for the proposed solution that do not fit in any of the above categories.

1. Insert the Other Direct Cost title(s).

2. Provide a time phased (monthly) breakdown of unit quantities.

3. Provide unit costs against each title.

4. Insert comments/descriptions/references/explanation of calculation method under the 'Notes' column.

GENERAL & ADMINISTRATIVE FEE Additional business application fee applied to any number of the above categories.

1. Insert the G&A title(s).

2. Provide the rate that is being applied.

3. Insert the total G&A cost for each business application.

4. Insert items that G&A factor is being applied to under the 'Reference' column.

TOTAL FEE / PROFIT % Provide all FEE/PROFIT percentage applied to costs in accordance with your approved national accounting standards. Provide calculation used in application of FEE/PROFIT into the price.

OTHER FACTORSProvide any OTHER FACTOR percentage applied to costs in accordance with your approved national accounting standards. Insert comments/descriptions/references/explanation of calculation method under the

'Notes' column.Provide calculation used in application of FACTORS into the price.

GRAND TOTAL The total shall feed into the SSS. Total Price including direct cost, indirect cost, rates and factors as applied above. Please do not forget to amend the title to reflect the appropriate CLIN number.

INTRODUCTION

All bidders are required to submit pricing details to demonstrate the Purchaser's Pricing Principles are being applied as part of their bids (in the absence of a pre-approved National Format). All data completed in these sheets shall be complete, verifiable and factual and include the required details. Any exclusions may render your bid as non compliant thus removing yourself from the bidding process.

FORM INPUTS

PRICING SUMMARY ASSUMPTIONS

Enter quantities of proposed item(s) in the time profiling inputs to the right.

Page 49: Subject: INVITATION FOR BIDS IFB-CO-14059-ITA … UNCLASSIFIED NCIA/ACQ/2015/1209 NATO UNCLASSIFIED III Distribution List for IFB-CO-14059-ITA Prospective Bidders (sent separately

NATO UNCLASSIFIED IFB-CO-13550-BMD

CLIN Price Breakdown

NOTES

Euro (EUR)

2015

Unit Cost Unit Cost Unit Cost Unit Cost Unit Cost Unit Cost Unit Cost

2015 2016 2017 2018 2019 2020 20211. MATERIALS Month 1 Month 2 Month 3 Month 4 Month 5 Month 6 Month 7 Month 8 Month 9 Month 10 Month 11 Month 12 Month 13 Month 14 Month 15 Month 16 Month 17 Month 18 Month 19 Month 20 Month 21 Month 22 Month 23 Month 24 Month 25 Month 26 Month 27 Month 28 Month 29 Month 30 Month 31 Month 32 Month 33 Month 34 Month 35 Month 36 Month 37 Month 38 Month 39 Month 40 Month 41 Month 42 Month 43 Month 44 Month 45 Month 46 Month 47 Month 48 Month 49 Month 50 Month 51 Month 52 Month 53 Month 54 Month 55 Month 56 Month 57 Month 58 Month 59 Month 60 Month 61 Month 62 Month 63 Month 64 Month 65 Month 66 Month 67 Month 68 Month 69 Month 70 Month 71 Month 72 Month 73 Month 74 Month 75 Month 76 Month 77 Month 78 Month 79 Month 80 Month 81 Month 82 Month 83 Month 84 Month 1 Month 2 Month 3 Month 4 Month 5 Month 6 Month 7 Month 8 Month 9 Month 10 Month 11 Month 12 Month 13 Month 14 Month 15 Month 16 Month 17 Month 18 Month 19 Month 20 Month 21 Month 22 Month 23 Month 24 Month 25 Month 26 Month 27 Month 28 Month 29 Month 30 Month 31 Month 32 Month 33 Month 34 Month 35 Month 36 Month 37 Month 38 Month 39 Month 40 Month 41 Month 42 Month 43 Month 44 Month 45 Month 46 Month 47 Month 48 Month 49 Month 50 Month 51 Month 52 Month 53 Month 54 Month 55 Month 56 Month 57 Month 58 Month 59 Month 60 Month 61 Month 62 Month 63 Month 64 Month 65 Month 66 Month 67 Month 68 Month 69 Month 70 Month 71 Month 72 Month 73 Month 74 Month 75 Month 76 Month 77 Month 78 Month 79 Month 80 Month 81 Month 82 Month 83 Month 84

A. PURCHASED EQUIPMENT Please provide the sub-CLIN associated with each cost.

Purchased Equipment Item Name (Item 1)

0 0.00 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0

Purchased Equipment

Item Name0 0.00 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0

B. SUBCONTRACTED EQUIPMENT/MATERIALS

Subcontracted

Equipment/Material 0 0.00 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0

Subcontracted

Equipment/Material 0 0.00 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0

C. OTHEROther

Equipment/Material 0 0.00 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0

Other

Equipment/Material 0 0.00 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0

1. TOTAL DIRECT MATERIAL 0 0.00 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0

OH RATE

(%)TOTAL COST NOTES

2. MATERIAL OVERHEAD (OH)

2. Total MATERIAL OVERHEAD (OH) 0.00

RATE/HOU

R

RATE/HOU

R

RATE/HOU

R

RATE/HOU

R

RATE/HOU

R

RATE/HOU

R

RATE/HOU

R

2015 2016 2017 2018 2019 2020 20213. LABOUR Please provide the sub-CLIN associated with each cost. Month 1 Month 2 Month 3 Month 4 Month 5 Month 6 Month 7 Month 8 Month 9 Month 10 Month 11 Month 12 Month 13 Month 14 Month 15 Month 16 Month 17 Month 18 Month 19 Month 20 Month 21 Month 22 Month 23 Month 24 Month 25 Month 26 Month 27 Month 28 Month 29 Month 30 Month 31 Month 32 Month 33 Month 34 Month 35 Month 36 Month 37 Month 38 Month 39 Month 40 Month 41 Month 42 Month 43 Month 44 Month 45 Month 46 Month 47 Month 48 Month 49 Month 50 Month 51 Month 52 Month 53 Month 54 Month 55 Month 56 Month 57 Month 58 Month 59 Month 60 Month 61 Month 62 Month 63 Month 64 Month 65 Month 66 Month 67 Month 68 Month 69 Month 70 Month 71 Month 72 Month 73 Month 74 Month 75 Month 76 Month 77 Month 78 Month 79 Month 80 Month 81 Month 82 Month 83 Month 84 Month 1 Month 2 Month 3 Month 4 Month 5 Month 6 Month 7 Month 8 Month 9 Month 10 Month 11 Month 12 Month 13 Month 14 Month 15 Month 16 Month 17 Month 18 Month 19 Month 20 Month 21 Month 22 Month 23 Month 24 Month 25 Month 26 Month 27 Month 28 Month 29 Month 30 Month 31 Month 32 Month 33 Month 34 Month 35 Month 36 Month 37 Month 38 Month 39 Month 40 Month 41 Month 42 Month 43 Month 44 Month 45 Month 46 Month 47 Month 48 Month 49 Month 50 Month 51 Month 52 Month 53 Month 54 Month 55 Month 56 Month 57 Month 58 Month 59 Month 60 Month 61 Month 62 Month 63 Month 64 Month 65 Month 66 Month 67 Month 68 Month 69 Month 70 Month 71 Month 72 Month 73 Month 74 Month 75 Month 76 Month 77 Month 78 Month 79 Month 80 Month 81 Month 82 Month 83 Month 84

Labour Category Name 0 0.00 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0

Labour Category Name 0 0.00 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0

Labour Category Name 0 0.00 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0

Labour Category Name 0 0.00 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0

3. TOTAL DIRECT LABOUR 0 0.00 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0

OH RATE

(%)TOTAL COST NOTES

4. LABOUR OVERHEAD

4. Total LABOUR OVERHEAD 0.00

RATE/HOU

R

RATE/HOU

R

RATE/HOU

R

RATE/HOU

R

RATE/HOU

R

RATE/HOU

R

RATE/HOU

R

2015 2016 2017 2018 2019 2020 20215. SUBCONTRACT LABOUR Please provide the sub-CLIN associated with each cost. Month 1 Month 2 Month 3 Month 4 Month 5 Month 6 Month 7 Month 8 Month 9 Month 10 Month 11 Month 12 Month 13 Month 14 Month 15 Month 16 Month 17 Month 18 Month 19 Month 20 Month 21 Month 22 Month 23 Month 24 Month 25 Month 26 Month 27 Month 28 Month 29 Month 30 Month 31 Month 32 Month 33 Month 34 Month 35 Month 36 Month 37 Month 38 Month 39 Month 40 Month 41 Month 42 Month 43 Month 44 Month 45 Month 46 Month 47 Month 48 Month 49 Month 50 Month 51 Month 52 Month 53 Month 54 Month 55 Month 56 Month 57 Month 58 Month 59 Month 60 Month 61 Month 62 Month 63 Month 64 Month 65 Month 66 Month 67 Month 68 Month 69 Month 70 Month 71 Month 72 Month 73 Month 74 Month 75 Month 76 Month 77 Month 78 Month 79 Month 80 Month 81 Month 82 Month 83 Month 84 Month 1 Month 2 Month 3 Month 4 Month 5 Month 6 Month 7 Month 8 Month 9 Month 10 Month 11 Month 12 Month 13 Month 14 Month 15 Month 16 Month 17 Month 18 Month 19 Month 20 Month 21 Month 22 Month 23 Month 24 Month 25 Month 26 Month 27 Month 28 Month 29 Month 30 Month 31 Month 32 Month 33 Month 34 Month 35 Month 36 Month 37 Month 38 Month 39 Month 40 Month 41 Month 42 Month 43 Month 44 Month 45 Month 46 Month 47 Month 48 Month 49 Month 50 Month 51 Month 52 Month 53 Month 54 Month 55 Month 56 Month 57 Month 58 Month 59 Month 60 Month 61 Month 62 Month 63 Month 64 Month 65 Month 66 Month 67 Month 68 Month 69 Month 70 Month 71 Month 72 Month 73 Month 74 Month 75 Month 76 Month 77 Month 78 Month 79 Month 80 Month 81 Month 82 Month 83 Month 84

Labour Category Name 0 0.00 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0

Labour Category Name 0 0.00 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0

Labour Category Name 0 0.00 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0

Labour Category Name 0 0.00 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0

5. TOTAL SUBCONTRACT LABOUR 0 0.00 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0

OH RATE

(%)TOTAL COST NOTES

6. SUBCONTRACT LABOUR O/H

6. Total SUBCONTRACT LABOUR O/H 0.00

Unit Cost Unit Cost TOTAL COST NOTES

Number of tripsNumber of

people

Number of

Days per trip

Cost per

roundtrip flightPer Diem Please Describe the reason for the trip

0.00

0.00

7. TOTAL TRAVEL 0.00

OH RATE

(%)TOTAL COST NOTES

8.TRAVEL OVERHEAD 0.00

Unit Cost Unit Cost Unit Cost Unit Cost Unit Cost Unit Cost Unit Cost

2015 2016 2017 2018 2019 2020 20219. OTHER DIRECT COSTS Month 1 Month 2 Month 3 Month 4 Month 5 Month 6 Month 7 Month 8 Month 9 Month 10 Month 11 Month 12 Month 13 Month 14 Month 15 Month 16 Month 17 Month 18 Month 19 Month 20 Month 21 Month 22 Month 23 Month 24 Month 25 Month 26 Month 27 Month 28 Month 29 Month 30 Month 31 Month 32 Month 33 Month 34 Month 35 Month 36 Month 37 Month 38 Month 39 Month 40 Month 41 Month 42 Month 43 Month 44 Month 45 Month 46 Month 47 Month 48 Month 49 Month 50 Month 51 Month 52 Month 53 Month 54 Month 55 Month 56 Month 57 Month 58 Month 59 Month 60 Month 61 Month 62 Month 63 Month 64 Month 65 Month 66 Month 67 Month 68 Month 69 Month 70 Month 71 Month 72 Month 73 Month 74 Month 75 Month 76 Month 77 Month 78 Month 79 Month 80 Month 81 Month 82 Month 83 Month 84 Month 1 Month 2 Month 3 Month 4 Month 5 Month 6 Month 7 Month 8 Month 9 Month 10 Month 11 Month 12 Month 13 Month 14 Month 15 Month 16 Month 17 Month 18 Month 19 Month 20 Month 21 Month 22 Month 23 Month 24 Month 25 Month 26 Month 27 Month 28 Month 29 Month 30 Month 31 Month 32 Month 33 Month 34 Month 35 Month 36 Month 37 Month 38 Month 39 Month 40 Month 41 Month 42 Month 43 Month 44 Month 45 Month 46 Month 47 Month 48 Month 49 Month 50 Month 51 Month 52 Month 53 Month 54 Month 55 Month 56 Month 57 Month 58 Month 59 Month 60 Month 61 Month 62 Month 63 Month 64 Month 65 Month 66 Month 67 Month 68 Month 69 Month 70 Month 71 Month 72 Month 73 Month 74 Month 75 Month 76 Month 77 Month 78 Month 79 Month 80 Month 81 Month 82 Month 83 Month 84

Other Direct Cost 0.00 0.00 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0

Other Direct Cost 0.00 0.00 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0

9. TOTAL OTHER DIRECT COST 0.00 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0

OH RATE

(%)TOTAL COST NOTES

10. OTHER DIRECT COSTS O/H

10. OTHER DIRECT COST O/H 0.00

RATE % TOTAL COST REFERENCE

0.00

RATE (%) TOTAL COST NOTESPlease provide a description of to which elements fee is being applied. Ensure a correct

and working formula.

Insert Fee Formula Here

0.00

RATE (%) TOTAL COST NOTESPlease provide a description of to which elements "Other factors" rate is being applied.

Ensure a correct and working formula.

Insert Other Factors Formula Here

0.00

2021

Currency

Calendar Year (Year 1):

Quantity TOTAL COST NOTES2015 2016 2017 2018 2019 2020 2021

A. OH Rate (%) X TOTAL Material

B. [Expand as needed]

HOURS TOTAL COST NOTES

2015 2016 2017 2018

2015 2016 2017 2018 2019 2020

B. [Expand as needed]

2019 2020 2021 2015 2018 2019 2020 2021

A. OH Rate (%) X TOTAL LABOUR

2016 2017

HOURS TOTAL COST NOTES

2015 2016 2021

A. OH Rate (%) X TOTAL SUBCONTRACT LABOUR

2018 2019 2020 2021 2015 20162017 2017 2018 2019 2020

B. [Expand as needed]

7. TRAVEL UNIT TRIP COST

Trip Name A (Please update trip name)

Trip Name B (Please update trip name)

8.TRAVEL OVERHEAD

B. [Expand as needed]

A. OH Rate (%) X TOTAL TRAVEL

Quantity TOTAL COST NOTES2020 20212017 2018 2019 2020 2021 2015

B. [Expand as needed]

2016 2017 2018 20192016

A. OH Rate (%) X TOTAL ODCsB. [Expand as needed]

11. General & Administrative (G&A)

A. G&A (Insert Business Application )

2015

GRAND TOTAL (CLIN X)

11. Total G&A

12. Total Fee/Profit %

A. [Expand as needed]

12. Total Fee Cost

13. OTHER FACTORS

A. [Expand as needed]

Book I, Annex A, Page A-2

NATO UNCLASSIFIED

Page 50: Subject: INVITATION FOR BIDS IFB-CO-14059-ITA … UNCLASSIFIED NCIA/ACQ/2015/1209 NATO UNCLASSIFIED III Distribution List for IFB-CO-14059-ITA Prospective Bidders (sent separately

NATO UNCLASSIF IED

IFB-CO-14059- ITA Book I I Prospec t i ve Cont rac t

NATO UNCLASSIF IED

PROSPECTIVE CONTRACT

IFB-CO-14059-ITA

Support to NRDC-ITA to execute SJO (L)

Procurement of CIS Equipment

Page 51: Subject: INVITATION FOR BIDS IFB-CO-14059-ITA … UNCLASSIFIED NCIA/ACQ/2015/1209 NATO UNCLASSIFIED III Distribution List for IFB-CO-14059-ITA Prospective Bidders (sent separately

NATO UNCLASSIF IED

IFB-CO-14059- ITA Book I I Prospec t i ve Cont rac t

NATO UNCLASSIF IED

INDEX

1. Signature Page 2. Part I, Schedule of Supplies and Services 3. Part II, Contract Special Provisions 4. Part III, NCIO/BOA General Contract Provisions 5. Part IV, Statement of Work and Annexes A and B

Page 52: Subject: INVITATION FOR BIDS IFB-CO-14059-ITA … UNCLASSIFIED NCIA/ACQ/2015/1209 NATO UNCLASSIFIED III Distribution List for IFB-CO-14059-ITA Prospective Bidders (sent separately

NATO UNCLASSIF IED

IFB-CO-14059- ITA Book I I Prospec t i ve Cont rac t

NATO UNCLASSIF IED

NCI Agency PURCHASE ORDER

1. Original Number __ of 2. PO Number :

3. Contract Number: CO-14059-ITA 4. Effective date: Same as block 17

5. Contractor: 6. Purchaser: NCIO represented by: The General Manager NATO Communications and Information Agency Boulevard Leopold III B-1110 Bruxelles Tel: +32(0)2 707 8282 Fax: +32(0)2 707 87.70

7. CONTRACT SCOPE: This is a fixed-price contract for the procurement of CIS Equipment, Installation, Design, Implementation and Integration. The Contractor shall deliver, in consideration for the contract prices, the items specified in the Schedule of Supplies and Services in the manner and at the time and location specified in the terms of this Contract, and more particularly, in the Statement Of Work.

8. TOTAL AMOUNT OF CONTRACT :

Currency – Excluding VAT Firm Fixed Price

9. PERIOD OF PERFORMANCE As stated in Schedule of Supplies and Services and Special Provisions

10. DELIVERY SITE As stated in Schedule of Supplies and Services and Special Provisions

11. CONTRACT This Contract consists of the following parts and named documents:

a) Part I. Schedule of Supplies and Services b) Part II. Special Contract Provisions and Annexes c) NCIO General Contract Provisions and Appendix 1, of the Basic Ordering Agreement

NCIA/BOA/[insert reference]dated [insert date], incorporated herein by reference. d) Part IV. Statement of Work and Annexes e) Contractor’s proposal dated [insert date] and subsequent clarifications.

f) In the event of any conflict or inconsistencies between or among any of the documents comprising this Contract, the order of priority specified in Clause 1 of Part II shall apply.

12. Signature of Contractor 13. Signature of Purchaser

14. Name and Title of Signer 15. Name and Title of Signer

16. Date signed by the Contractor 17. Date signed by the Purchaser

Page 53: Subject: INVITATION FOR BIDS IFB-CO-14059-ITA … UNCLASSIFIED NCIA/ACQ/2015/1209 NATO UNCLASSIFIED III Distribution List for IFB-CO-14059-ITA Prospective Bidders (sent separately

NATO UNCLASSIF IED

IFB-CO-14059- ITA Book I I Prospec t i ve Cont rac t

NATO UNCLASSIF IED

PROSPECTIVE CONTRACT

FOR

Support to NRDC-ITA to execute SJO (L)

Procurement of CIS Equipment

PART I - SCHEDULE OF SUPPLIES AND SERVICES (SSS)

(The bidding sheets submitted by the Contractor will be incorporated as the Schedule of Supplies and Services set in Part I)

Page 54: Subject: INVITATION FOR BIDS IFB-CO-14059-ITA … UNCLASSIFIED NCIA/ACQ/2015/1209 NATO UNCLASSIFIED III Distribution List for IFB-CO-14059-ITA Prospective Bidders (sent separately

NATO UNCLASSIFIED IFB-CO-14059-ITA

Book II - Contract Special Provisions

NATO UNCLASSIFIED Part II Page 1

IFB-CO-14059-ITA

Support to NRDC-ITA to execute SJO (L)

Procurement of CIS Equipment

PART II

CONTRACT SPECIAL PROVISIONS

Page 55: Subject: INVITATION FOR BIDS IFB-CO-14059-ITA … UNCLASSIFIED NCIA/ACQ/2015/1209 NATO UNCLASSIFIED III Distribution List for IFB-CO-14059-ITA Prospective Bidders (sent separately

NATO UNCLASSIFIED IFB-CO-14059-ITA

Book II - Contract Special Provisions

NATO UNCLASSIFIED Part II Page 2

This page has intentionally been left blank.

Page 56: Subject: INVITATION FOR BIDS IFB-CO-14059-ITA … UNCLASSIFIED NCIA/ACQ/2015/1209 NATO UNCLASSIFIED III Distribution List for IFB-CO-14059-ITA Prospective Bidders (sent separately

NATO UNCLASSIFIED IFB-CO-14059-ITA

Book II - Contract Special Provisions

NATO UNCLASSIFIED Part II Page 3

PART II CONTRACT SPECIAL PROVISIONS - INDEX OF CLAUSES

1. ORDER OF PRECEDENCE ..................................................................... 4

2. TYPE OF CONTRACT ............................................................................. 4

3. SCOPE OF WORK ................................................................................... 4

4. PRICE ....................................................................................................... 4

5. TRAVEL & PER DIEM ............................................................................. 5

6. TRANSPORTATION OF EQUIPMENT .................................................... 5

7. WARRANTY ............................................................................................. 5

8. PRICING OF CHANGES, MODIFICATIONS, FOLLOW-ON CONTRACTS AND CLAIMS ........................................................................................... 6

9. INVOICES AND PAYMENT ..................................................................... 6

10. LIQUIDATED DAMAGES......................................................................... 7

11. SUPPLEMENTAL AGREEMENT(S), DOCUMENTS AND PERMISSIONS .................................................................................................................. 8

12. APPLICABLE REGULATIONS ................................................................ 9

13. INTELLECTUAL PROPERTY .................................................................. 9

14. SECURITY.............................................................................................. 12

15. INDEPENDENT CONTRACTOR ............................................................ 13

16. NON DISCLOSURE AGREEMENT ....................................................... 13

17. INSURANCES ........................................................................................ 13

18. CARE AND DILIGENCE OF PROPERTY .............................................. 13

19. RESPONSIBILITY OF THE CONTRACTOR TO INFORM EMPLOYEES OF WORK ENVIRONMENT ......................................................................... 14

20. OPTIONS................................................................................................ 14

21. RESERVED ............................................................................................ 14

22. RESERVED ............................................................................................ 14

23. CONTRACT ADMINISTRATION ............................................................ 15

24. RESERVED ............................................................................................ 15

25. KEY PERSONNEL ................................................................................. 15

Page 57: Subject: INVITATION FOR BIDS IFB-CO-14059-ITA … UNCLASSIFIED NCIA/ACQ/2015/1209 NATO UNCLASSIFIED III Distribution List for IFB-CO-14059-ITA Prospective Bidders (sent separately

NATO UNCLASSIFIED IFB-CO-14059-ITA

Book II - Contract Special Provisions

NATO UNCLASSIFIED Part II Page 4

1. ORDER OF PRECEDENCE

1.1. In the event of any inconsistency in this Contract, the inconsistency shall be resolved by giving precedence in the following order:

(a) The Signature Page

(b) The Schedule of Supplies and Services, Part I

(c) The Contract Special Provisions, Part II

(d) The BOA General Provisions, Part III

(e) The Statement of Work, Part IV, of the Contract and Annexes thereto

(f) The Contractor’s Proposal

2. TYPE OF CONTRACT

2.1. This is a Firm Fixed Price Contract.

3. SCOPE OF WORK

3.1. The Contractor shall procure procurement and installation of the CIS Equipment upgrading the existing NRDC-ITA infrastructure as per Part IV - Statement of Work and in accordance with Part I - Schedule of Supplies and Services for the firm fixed prices stated in this Contract.

4. PRICE

4.1. Firm Fixed Price

Firm Fixed Prices are established for the items defined in Part I - Schedule of Supplies and Services. The Firm Fixed Prices include all expenses. The Purchaser assumes no liability for cost incurred by the Contractor in excess

Page 58: Subject: INVITATION FOR BIDS IFB-CO-14059-ITA … UNCLASSIFIED NCIA/ACQ/2015/1209 NATO UNCLASSIFIED III Distribution List for IFB-CO-14059-ITA Prospective Bidders (sent separately

NATO UNCLASSIFIED IFB-CO-14059-ITA

Book II - Contract Special Provisions

NATO UNCLASSIFIED Part II Page 5

of the stated Firm Fixed Prices except as provided under other provisions of this Contract.

5. TRAVEL & PER DIEM

5.1. All travel and per diem costs are included in the Firm Fixed Prices, together with cost of lodging and subsistence costs for all individuals.

6. TRANSPORTATION OF EQUIPMENT

6.1. All supplies covered under this Contract and items shipped under warranty for repair or otherwise, shall be transported to and from all destinations at the responsibility of the Contractor. The Purchaser shall not be liable for any storage, damage, accessorial or any other charges involved in such transporting of supplies.

6.2. The Purchaser shall have the right to unilaterally decide to transport all supplies covered under this Contract, including Purchaser Furnished Property (PFP) using NATO airlift. Should the Purchaser decide to transport the supplies, the respective line item in the Schedule of Supplies and Services of the Contract will be offset and replaced transportation costs to the designated NATO Airbase for transportation to be agreed with the Contractor.

7. WARRANTY

The CIS Equipment procured under this contract shall be provided with a minimum of one (1) year on-site warranty. For CISCO/EMC equipment only, the extended warranty shall be a 24h/7days, performed by CISCO certified specialists.

Page 59: Subject: INVITATION FOR BIDS IFB-CO-14059-ITA … UNCLASSIFIED NCIA/ACQ/2015/1209 NATO UNCLASSIFIED III Distribution List for IFB-CO-14059-ITA Prospective Bidders (sent separately

NATO UNCLASSIFIED IFB-CO-14059-ITA

Book II - Contract Special Provisions

NATO UNCLASSIFIED Part II Page 6

8. PRICING OF CHANGES, MODIFICATIONS, FOLLOW-ON CONTRACTS AND CLAIMS

8.1. The Purchaser may at any time, by written order designated or indicated to be a change order, and without notice to the sureties, if any, make changes within the scope of any Contract or Task Order, in accordance with Clause 12 – “Changes” of the BOA General Provisions.

8.2. Changes, modifications, follow-on Contracts of any nature, and claims shall be priced in accordance with the BOA General Provisions.

8.3. Except otherwise provided for in this Contract, prices quoted for the above-mentioned changes, modifications, etc. shall have a minimum validity period of six (6) months from submission.

9. INVOICES AND PAYMENT

9.1. Following Purchaser acceptance, in writing, payment for supplies and services furnished shall be made in the currency specified for the relevant portion of the Contract.

9.2. The term of the Contract may not be exceeded without prior approval of the Purchaser. In no case will the Purchaser make payment above the total of the corresponding CLINs.

9.3. No payment shall be made with respect to undelivered supplies; works not performed, services not rendered and/or incorrectly submitted invoices.

9.4. No payment will be made for additional items delivered that are not specified in the contractual document.

9.5. The invoice amount is exclusive of VAT and exclusive of all Taxes and Duties in accordance with Clause 10 - “Taxes and Duties” of the BOA General Provisions.

9.6. The Purchaser shall not bear any liability related to financial guarantees, which the Contractor is required to provide under this Contract.

9.7. The Purchaser is released from paying any interest resulting from any reason whatsoever.

9.8. The Contractor shall render all invoices in a manner, which shall provide a clear reference to the Contract. Invoices in respect of any service and/or deliverable shall be prepared and submitted as specified hereafter and shall contain: Contract number, Purchase Order number, Contract Amendment number (if any) and the Contract Line Item(s) (CLIN) as they are defined in the priced Schedule of Supplies and Services.

9.9. The invoice shall contain the following certificate:

“I certify that the above invoice is true and correct, that the delivery of the above described items has been duly effected and/or that the above mentioned services have been rendered and the payment therefore has not been received.”

Page 60: Subject: INVITATION FOR BIDS IFB-CO-14059-ITA … UNCLASSIFIED NCIA/ACQ/2015/1209 NATO UNCLASSIFIED III Distribution List for IFB-CO-14059-ITA Prospective Bidders (sent separately

NATO UNCLASSIFIED IFB-CO-14059-ITA

Book II - Contract Special Provisions

NATO UNCLASSIFIED Part II Page 7

The certificate shall be signed by a duly authorised company official on the designated original.

9.10. Invoices referencing “CO-14059-ITA/ PO xxx” shall be submitted to:

9.11. NCI AGENCY

Batiment Z Finance Boulevard Léopold III B-1110 Brussels Belgium

9.12. NCI AGENCY will make payment within 60 days of receipt by NCI AGENCY of a properly prepared and documented invoice.

9.13. The Contractor shall be entitled to submit invoices and payment will be made for the contractual CLINs as follows:

Milestone Payment value

Acceptance of Design 20% of CLIN 1 to 3 value

Approved PAT 60 % of CLIN 1 to 3 value

Approved FSA 20 % of CLIN 1 to 3 value

9.14. If options for items listed in CLIN 4.1, 4.2, 4.3, 4.4 of the Schedule of Supplies and Services are exercised in total or partially, 100% of the CLIN will be made at delivery and successful Purchaser’s inspection and acceptance on the basis of proper inventory and delivery documentation to be provided by the Contractor. For options listed in CLINs 4.5, 4.6, 4.7 and 4.8, payment will be made at the beginning of the extended warranty or support.

10. LIQUIDATED DAMAGES

10.1. If the Contractor fails to:

(a) meet the delivery schedule of the deliverables or any specified major performance milestones specified in the Schedule of Supplies and Services, or any agreed extension thereof, or

(b) deliver and obtain acceptance of the deliverables or to acceptably perform the services within the time specified in the Schedule of Supplies and Services, or any agreed extension thereof,

the actual damage to the Purchaser for the delay will be difficult or impossible to determine. Therefore, in lieu of actual damages the Contractor shall pay to the Purchaser liquidated damages of one third of one per cent (0.33 %) of the value of the associated payment set forth in the schedule of payments provided in the Contract Special Provisions for each day of delinquency in achieving the milestone. These liquidated damages shall begin to accrue on the first working day after the date on which the delivery/performance was to have been reached.

Page 61: Subject: INVITATION FOR BIDS IFB-CO-14059-ITA … UNCLASSIFIED NCIA/ACQ/2015/1209 NATO UNCLASSIFIED III Distribution List for IFB-CO-14059-ITA Prospective Bidders (sent separately

NATO UNCLASSIFIED IFB-CO-14059-ITA

Book II - Contract Special Provisions

NATO UNCLASSIFIED Part II Page 8

10.2. The total accumulated amount of liquidated damages which may be assessed under the above paragraph shall not exceed (10) ten per cent of the total Firm Fixed Price concerned.

10.3. In addition, the Purchaser may terminate this Contract in whole or in part, as provided under Clause 19 – “Termination for Default” of the BOA General Provisions and in that event the Contractor shall be liable to pay the excess costs provided in the said Clause.

10.4. The Contractor shall not be charged with liquidated damages when the delay arises out of causes beyond the control and without the fault or negligence of the Contractor as defined under Clause 19 – “Termination for Default” of the BOA General Provisions. In such event the Purchaser shall ascertain the facts and extent of the delay and shall extend the time for performance of the Contract when in his judgement the findings of fact justify an extension.

10.5. The amount of Liquidated Damages due by the Contractor shall be recovered by the Purchaser in the following order of priority:

(a) By deducting such damages from the amounts due to the Contractor against the Contractor's invoices.

(b) By proceeding against any surety.

(c) By reclaiming such damages through appropriate legal remedies.

11. SUPPLEMENTAL AGREEMENT(S), DOCUMENTS AND PERMISSIONS

11.1. The Contractor has submitted all relevant draft supplemental agreement(s), documents and permissions prior to contract award, the execution of which by the Purchaser is/are required by national law or regulation. If any supplemental agreements, documents and permissions are introduced after contract award, and it is determined that the Contractor failed to disclose the requirement for the execution of such agreement from the Purchaser prior to Contract signature, the Purchaser may terminate this Contract for Default, in accordance with Clause 19 – “Termination for Default” of the BOA General Provisions.

11.2. Supplemental agreement(s), documents and permissions, the execution of which by the Purchaser is/are required by national law or regulation and that have been identified by the Contractor prior to the signature of this Contract, but have not yet been finalised and issued by the appropriate governmental authority, are subject to review by the Purchaser. If such supplemental agreement(s), documents and permissions are contrary to cardinal conditions of the signed Contract between the Parties, and the Parties and the appropriate governmental authority cannot reach a mutual satisfactory resolution of the contradictions, the Purchaser reserves the right to terminate this Contract and the Parties agree that in such case the Parties mutually release each other from claim for damages and costs of any kind, and any payments received by the Contractor from the Purchaser will be refunded to the Purchaser by the Contractor.

Page 62: Subject: INVITATION FOR BIDS IFB-CO-14059-ITA … UNCLASSIFIED NCIA/ACQ/2015/1209 NATO UNCLASSIFIED III Distribution List for IFB-CO-14059-ITA Prospective Bidders (sent separately

NATO UNCLASSIFIED IFB-CO-14059-ITA

Book II - Contract Special Provisions

NATO UNCLASSIFIED Part II Page 9

12. APPLICABLE REGULATIONS

12.1. The Contractor shall be responsible for obtaining permits or licences to comply with national codes, laws and regulations or local rules and practices of the country of installation with the respect of any works carried out at the designated installation sites stated under this Contract.

12.2. The Contractor shall take any necessary measure to protect the life and health of persons working or visiting the work area occupied by him. These measures include compliance with the country of installation’s safety provisions.

12.3. In the performance of all work under this Contract, it shall be the Contractor's responsibility to ascertain and comply with all applicable NATO security regulations as implemented by the local Headquarters' security Officer.

13. INTELLECTUAL PROPERTY

13.1. Purchaser Background IPR

The Contractor is licensed to use, non-exclusively and royalty-free any Purchaser Background IPR that is or will be made available for the sole purpose of carrying out the Work.

The Contractor shall not use any Purchaser Background IPR other than for the purpose of carrying out the Work without the prior written agreement of the Purchaser. Any such agreement shall include the terms relating to such use.

The Purchaser gives no warranty as to the validity of any Purchaser Background IPR. The Contractor shall not do anything or act in any way which is inconsistent with or prejudicial to the ownership by the Purchaser of any Purchaser Background IPR.

13.2. Contractor Background IPR

Any use of Contractor Background IPR for the purpose of carrying out the Work pursuant to the Contract shall be free of any charge to Purchaser. The Contractor hereby grants to NATO a non-exclusive, royalty-free and irrevocable licence to use and authorise others to use any Contractor Background IPR for the purpose of exploiting or otherwise using the Foreground IPR.

Any use of Contractor Background IPR is not limited to the number of users or the number of licenses required by the Contract for the use of system. The Purchaser reserves the right to use the Contractor Background IPR for any number of users and number of licenses as required, at no additional cost to the Purchaser.

Page 63: Subject: INVITATION FOR BIDS IFB-CO-14059-ITA … UNCLASSIFIED NCIA/ACQ/2015/1209 NATO UNCLASSIFIED III Distribution List for IFB-CO-14059-ITA Prospective Bidders (sent separately

NATO UNCLASSIFIED IFB-CO-14059-ITA

Book II - Contract Special Provisions

NATO UNCLASSIFIED Part II Page 10

13.3. Foreground IPR

All Foreground IPR is the property of the Purchaser on behalf

of NATO. Consequently, no statement shall be made restricting the rights of the Purchaser in the Foreground IPR.

The Contractor shall ensure that suitable arrangements are in

place between its employees, agents, consultants and itself regarding Foreground IPR generated by said employees, agents, Subcontractors and consultants to allow the Contractor to fulfil its obligations under Clause 30.3.1 above.

The Contractor shall be entitled to use Foreground IPR on a

non-exclusive, royalty free basis solely for the purpose of carrying out the Work.

The Contractor shall not use any Foreground IPR other than

for the purpose of carrying out the Work without the Purchaser's prior written agreement. Any such agreement shall include terms relating to such use.

The Contractor shall provide the Purchaser, at the latest upon

delivery of the Work and thereafter for the duration of the warranty and any purchased CLS agreement period, with full documented records of information in relation to the Work, including but not limited to, all drawings, specifications and other data that is necessary or useful to further develop, maintain and operate the Work.

The Contractor shall:

do all things necessary and sign all necessary or useful documents to enable the Purchaser to obtain the registration of the Foreground IPR as the Purchaser may require and select; and

to execute any formal assignment or other

documents as may be necessary or useful to vest title to any Foreground IPR in the Purchaser.

The Contractor undertakes:

to notify the Purchaser promptly of any invention or improvement to an invention or any design conceived or made by the Contractor; and

to provide the Purchaser with such information

Page 64: Subject: INVITATION FOR BIDS IFB-CO-14059-ITA … UNCLASSIFIED NCIA/ACQ/2015/1209 NATO UNCLASSIFIED III Distribution List for IFB-CO-14059-ITA Prospective Bidders (sent separately

NATO UNCLASSIFIED IFB-CO-14059-ITA

Book II - Contract Special Provisions

NATO UNCLASSIFIED Part II Page 11

as the Purchaser may reasonably request in order to: (i) determine the patentability of such invention or improvement; (ii) assess the need for registering such invention or improvement; and (iii) evaluate the potential value to the Purchaser of such a patent or registration if issued.

If the Purchaser determines that it wishes to apply for one or

more patents for the disclosed invention or improvement or for a registration for the disclosed design, it will prosecute such application(s) at its own expense. The Contractor undertakes to provide the Purchaser, at the Purchaser's expense, with such information and assistance as the Purchaser shall reasonably require to prosecute such application(s).

13.4. Third Party IPR

Any use of Third Party IPR for the purpose of carrying out the Work pursuant to the Contract shall be free of any charge to the Purchaser. The Contractor hereby grants to NATO a non-exclusive, royalty-free and irrevocable licence to use and authorise others to use any Third Party IPR for the purpose of exploiting or otherwise using the Foreground IPR.

With the exception of COTS items, any use of Third Party IPR is not limited to the number of users or the number of licenses required by the Contract for the use of system. With the exception of COTS items, the Purchaser reserves the right to use the Third Party IPR for any number of users and number of licenses as required, at no additional cost to the Purchaser.

For COTS items, the Contractor shall be responsible for obtaining licences from the Third Party in line with the requirements of the Statement of Work (including numbers and locations of licences).

Where Third Party IPR is the subject of a licence or other agreement between the third party and the Purchaser or the Contractor, the Contractor shall not use any Third Party IPR for the purposes of carrying out work pursuant to the Contract without the prior written approval of the Purchaser. Contractor shall inform Purchaser in advance of any restrictions on the Purchaser’s use.

If, after the award of the Contract, the Contractor becomes

Page 65: Subject: INVITATION FOR BIDS IFB-CO-14059-ITA … UNCLASSIFIED NCIA/ACQ/2015/1209 NATO UNCLASSIFIED III Distribution List for IFB-CO-14059-ITA Prospective Bidders (sent separately

NATO UNCLASSIFIED IFB-CO-14059-ITA

Book II - Contract Special Provisions

NATO UNCLASSIFIED Part II Page 12

aware of the existence of any Third Party IPR which the Contractor is using or believes is needed for the performance of the Contract, the Contractor shall immediately give the Purchaser a written report identifying such IPR and if they are compliant with the other provisions in the contract. Any Third Party IPR under this clause is subject to the prior written approval by the Purchaser.

The Purchaser may consider open source solutions alongside proprietary ones in developments provided that such solutions are fully compliant with the requirements of this Contract. Contractor shall disclose in advance the open source license associated with the contemplated open source solution. The Purchaser reserves the right to refuse the incorporation of open source solutions that are deemed inadequate for incorporation in a NATO application (e.g. post-back obligations).

13.5. Subcontractor IPR

When placing a Sub-contract which is concerned with or involves

the creation of IPR, the Contractor shall ensure that the Sub-contractor enters into the same agreement for the use of the IPR as stipulated in this Contract in such a way that the Purchaser will be entitled to use the IPR as agreed between the Purchaser and the Contractor. The Contractor shall include in the Sub-contract the content of the provisions of this Clause.

14. SECURITY

14.1. The security classification of this Contract is NATO UNCLASSIFIED.

14.2. In the performance of all works under this Contract it shall be the Contractor’s responsibility to ascertain and comply with all applicable NATO security regulations as implemented by the Purchaser and by the local sites.

14.3. Contractor and /or Subcontractor personnel employed under this Contract that will require access to locations, such as sites and headquarters, where classified material and information up to and including “NATO SECRET” are handled shall be required to have NATO security clearance up to this level. It shall be the Contractor’s responsibility to obtain the necessary clearances and to have such clearances confirmed to the Purchaser by the relevant national security authority for the duration of the Contract in its entirety.

Page 66: Subject: INVITATION FOR BIDS IFB-CO-14059-ITA … UNCLASSIFIED NCIA/ACQ/2015/1209 NATO UNCLASSIFIED III Distribution List for IFB-CO-14059-ITA Prospective Bidders (sent separately

NATO UNCLASSIFIED IFB-CO-14059-ITA

Book II - Contract Special Provisions

NATO UNCLASSIFIED Part II Page 13

14.4. Failure to obtain or maintain the required level of security for Contractor personnel for the period of performance of this Contract shall not be grounds for any delay in the scheduled performance of this Contract and may be grounds for termination under Clause 19 – “Termination for Default” of the BOA General Provisions.

14.5. All NATO CLASSIFIED material entrusted to the Contractor shall be handled and safeguarded in accordance with the applicable security regulations.

14.6. The Contractor shall note that there are restrictions regarding the carriage and use of electronic device (e.g. laptops) in Purchaser secured locations. The Contractor shall be responsible for satisfying and obtaining from the appropriate site authorities the necessary clearance to bring any such equipment into the facility.

15. INDEPENDENT CONTRACTOR

15.1. The Personnel provided by the Contractor are at all times employees of the Contractor and not the Purchaser. In no case shall Contractor personnel act on behalf of or as an agent for NATO or any of its bodies. In no way shall the Contractor personnel claim directly or indirectly to represent NATO in an official capacity or claim themselves to be NATO employees.

15.2. The Purchaser shall not be responsible for securing work permits, lodging, leases nor tax declarations, driving permits, etc., with national or local authorities. Contractors personnel employed under this Contract are not eligible for any diplomatic privileges or for NATO employee benefits.

16. NON DISCLOSURE AGREEMENT

16.1. All Contractor and sub-Contractor personnel working at any NATO Organisation / Commands premises or having access to NATO classified / commercial-in-confidence information must certify and sign the Declaration attached hereto at Annex A and provide it to the NCI AGENCY Contracting Officer prior to the commencement of any performance under this Contract.

17. INSURANCES

17.1. The Contractor is responsible for providing the necessary insurances for his personnel and the equipment as needed in the area of operations and for performing the Contract.

18. CARE AND DILIGENCE OF PROPERTY

18.1. The Contractor shall use reasonable care to avoid damaging buildings, walls, equipment, and vegetation (such as trees, shrub and grass) on the work site.

Page 67: Subject: INVITATION FOR BIDS IFB-CO-14059-ITA … UNCLASSIFIED NCIA/ACQ/2015/1209 NATO UNCLASSIFIED III Distribution List for IFB-CO-14059-ITA Prospective Bidders (sent separately

NATO UNCLASSIFIED IFB-CO-14059-ITA

Book II - Contract Special Provisions

NATO UNCLASSIFIED Part II Page 14

18.2. If the Contractor damages any such buildings, walls, equipment or vegetation on the work site, he shall fix or replace the damage as directed by the Purchaser and at no expense to the Purchaser. If he fails or refuses to make such repair or replacement, the Contractor shall be liable for the cost thereof, which may be deducted from the Contract price.

18.3. The Purchaser will exercise due care and diligence for the Contractor’s furnished equipment and materials on site. The Purchaser will, however, not assume any liability except for gross negligence and wilful misconduct on the part of the Purchaser’s personnel or agents.

18.4. The Contractor shall, at all times, keep the site area, including storage areas used by the Contractor, free from accumulations of waste. On completion of all work the Contractor is to leave the site area and its surroundings in a clean and neat condition.

19. RESPONSIBILITY OF THE CONTRACTOR TO INFORM EMPLOYEES OF WORK ENVIRONMENT

19.1. The Contractor shall inform his employees under this Contract of the terms of the Contract and the conditions of the working environment.

19.2. Specifically, personnel shall be made aware of all risks associated with the performance under this Contract, the conditions of site in which the performance is to take place and living conditions while performing within the boundaries of the Contract. The selection of adequate personnel shall remain sole responsibility of the Contractor.

20. OPTIONS

20.1. The Purchaser shall have the right to unilaterally exercise the options at CLIN 4 of Part I - Schedule of Supplies and Services If the Purchaser exercises such options, the Contractor shall deliver such specified quantities of additional or alternative supplies and services at such times and to such destinations as specified in the Contract.

20.2. The Contractor understands that there is no obligation under this Contract for the Purchaser to exercise any of the optional line items and that the Purchaser bears no liability should he decide not to exercise the options (totally or partially).

20.3. The options under CLIN 5 are open for exercise from EDC for a period of six months be exercised by written amendment to the Contract and notified no more than 2 months before the start date expected service delivery

21. RESERVED

22. RESERVED

Page 68: Subject: INVITATION FOR BIDS IFB-CO-14059-ITA … UNCLASSIFIED NCIA/ACQ/2015/1209 NATO UNCLASSIFIED III Distribution List for IFB-CO-14059-ITA Prospective Bidders (sent separately

NATO UNCLASSIFIED IFB-CO-14059-ITA

Book II - Contract Special Provisions

NATO UNCLASSIFIED Part II Page 15

23. CONTRACT ADMINISTRATION

23.1. The Purchaser is the NCI Agency. The NCI AGENCY is the Point of Contact for all Contractual and Technical issues. The Contractor shall accept Contract modifications only in writing from the NCI AGENCY Contracting Authority.

23.2. All notices and communications between the Contractor and the Purchaser shall be written and conducted in English. Contract modifications only become valid when received in writing from the General Manager, NCI AGENCY, and his authorised representative.

23.3. Formal letters and communications shall be personally delivered or sent by mail, registered mail, courier or other delivery service, to the official points of contact quoted in this Contract. Telefax or other electronic means may be used to provide an advance copy of a formal letter or notice which shall subsequently be delivered through the formal communications means.

23.4. Informal notices and informal communications may be exchanged by any other communications means including telephone and e-mail.

23.5. All notices and communications shall be effective upon receipt.

23.6. Official points of contact are:

Purchaser Contractor

NCI Agency

For contractual matters: Attn: Mrs Lise Vieux-Rochat Tel: +32 2 707 8282 Fax: +32 2 707 8770 E-mail: [email protected]

For contractual matters: Attn: Tel: Fax: E-mail:

For technical/project management matters: Attn. OF4 ITA AF Ciro Cuciniello Project Manager Tel: +32 (0)2 707 82 02 E-mail: [email protected]

For technical/project management matters: Attn: Tel: Fax: E-mail:

24. RESERVED

25. KEY PERSONNEL

Page 69: Subject: INVITATION FOR BIDS IFB-CO-14059-ITA … UNCLASSIFIED NCIA/ACQ/2015/1209 NATO UNCLASSIFIED III Distribution List for IFB-CO-14059-ITA Prospective Bidders (sent separately

NATO UNCLASSIFIED IFB-CO-14059-ITA

Book II - Contract Special Provisions

NATO UNCLASSIFIED Part II Page 16

25.1. The following personnel are considered Key Personnel for successful Contract performance and are subject to the provisions of this Clause as set forth in the following paragraphs:

Name Position

Technical Lead/Project Manager

25.2. Under the terms of this Clause, Key Personnel may not be voluntarily diverted by the Contractor to perform work outside the Contract unless approved by the Purchaser. In cases where the Contractor has no control over the individual’s non-availability (e.g. resignation, sickness, incapacity, etc.), the Contractor shall notify the Purchaser immediately of a change of Key Personnel and offer a substitute with equivalent qualifications at no additional costs to the Purchaser within 21 days of the date of knowledge of the prospective vacancy.

25.3. The Contractor shall take all reasonable steps to avoid changes to Key Personnel assigned to this project except where changes are unavoidable or are of a temporary nature. Any replacement personnel shall be of a similar grade, standard and experience as the individual to be substituted and must meet the minimum qualifications and required skills cited in the attached Statement of Work.

25.4. In the event of a substitution of any Key Personnel listed above and prior to commencement of performance, the Contractor shall provide a CV for the personnel proposed. The CV shall clearly stipulate full details of professional and educational background, and evidence that the personnel is qualified in pertinent Contract related areas per section 3 of the SOW.

25.5. The Purchaser reserves the right to interview any Contractor personnel proposed in substitution of previously employed Contractor Key Personnel to verify their language skills, experience and qualifications, and to assess technical compliance with the requirements set forth in section 3 of the SOW.

(a) The interview, if evoked, may be conducted as a telephone interview, or will be carried out at NCI AGENCY in Brussels, Belgium.

(b) If, as a result of the evaluation of the CV and/or interview the Purchaser judges that the proposed replacement Key Personnel does not meet the required skills levels, he shall have the right to request the Contractor to offer another qualified individual in lieu thereof.

(c) All costs to the Contractor associated with the interview(s) shall be borne by the Contractor, independently from the outcome of the Purchaser’s evaluation.

Page 70: Subject: INVITATION FOR BIDS IFB-CO-14059-ITA … UNCLASSIFIED NCIA/ACQ/2015/1209 NATO UNCLASSIFIED III Distribution List for IFB-CO-14059-ITA Prospective Bidders (sent separately

NATO UNCLASSIFIED IFB-CO-14059-ITA

Book II - Contract Special Provisions

NATO UNCLASSIFIED Part II Page 17

25.6. The Purchaser Contracting Authority will confirm any consent given to a substitution in writing through an Amendment to the Contract stating the effective date of change of personnel and only such written consent shall be deemed as valid evidence of Purchaser consent. Each of the replacement personnel will also be required to sign the Non-Disclosure Declaration at Annex A hereto prior to commencement of work.

25.7. Furthermore, even after acceptance of Contractor personnel on the basis of his/her CV and/or interview, the Purchaser reserves the right to reject Contractor personnel, if the individual is not meeting the required level of competence. The Purchaser will inform the Contractor, in writing, in cases where such a decision is taken and the Contractor shall propose and make other personnel available within ten working days after the written notification. The Purchaser shall have no obligation to justify the grounds of its decision and the Purchaser’s acceptance of Contractor personnel shall in no way relieve the Contractor of his responsibility to achieve the contractual and technical requirements of this Contract nor imply any responsibility of the Purchaser.

25.8. The Purchaser may, for just cause, require the Contractor to remove his employee. Notice for removal will be given to the Contractor by the Purchaser in writing and will state the cause justifying the removal. The notice will either demand substitution for the individual involved and/or contain a notice of default and the remedies to be sought by the Purchaser.

25.9. In those cases where, in the judgement of the Purchaser, the inability of the Contractor to provide a suitable replacement in accordance with the terms of this Clause may potentially endanger the progress under the Contract, the Purchaser shall have the right to terminate the Contract as provided under Clause 19 – “Termination for Default” of the BOA General Provisions.

Page 71: Subject: INVITATION FOR BIDS IFB-CO-14059-ITA … UNCLASSIFIED NCIA/ACQ/2015/1209 NATO UNCLASSIFIED III Distribution List for IFB-CO-14059-ITA Prospective Bidders (sent separately

NATO UNCLASSIFIED IFB-CO-14059-ITA

Contract Special Provisions

NATO UNCLASSIFIED Part II Page A-1

ANNEX A: DECLARATION

We, the undersigned........(Company) duly represented by ..... (hereinafter “Contractor”) do hereby certify that we shall ensure that the following conditions be accepted and observed by all (Contractor) employees working under CO-14059-ITA

Date Full name (in block capitals)

Signature

===================================== To be signed by the Contractor’s Employees working in the NATO's

premises upon commencement of their WORK. I UNDERSTAND: That I must preserve the security of all classified /commercial-in-confidence

information which comes to my knowledge as a result of this Contract with NATO and that I undertake to comply with all relevant security regulations.

That I must not divulge to any unauthorised person, any

classified/commercial-in confidence information gained by me as a result of my Contract with NATO, unless prior permission for such disclosure has been granted by the General Manager of the NCI AGENCY or by his designated representative.

That I must not, without the approval of the General Manager of the NCI

AGENCY, publish (in any document, article, book, CD, video, film, play, or other form) any classified /commercial-in-confidence information which I have acquired in the course of my work under CO-14059-ITA.

That, at the end of Contract and after performance of all required tasks, I must

surrender any official document or material made or acquired by me in the course of my work under CO-14059-ITA, save such as I have been duly authorised to retain.

That the provisions of the above Declaration apply not only during the period

of work under CO-14059-ITA, but also after my Contract has ceased and that I am liable to prosecution if either by intent or negligence I allow classified/commercial-in-confidence information to pass into unauthorised hands.

Page 72: Subject: INVITATION FOR BIDS IFB-CO-14059-ITA … UNCLASSIFIED NCIA/ACQ/2015/1209 NATO UNCLASSIFIED III Distribution List for IFB-CO-14059-ITA Prospective Bidders (sent separately

NATO UNCLASSIFIED

IFB-CO-14059-ITA

Book II – Statement of Work

NATO UNCLASSIFIED

IFB-CO-14059-ITA

Support to NRDC-ITA to execute SJO (L)

Procurement of CIS Equipment

PART IV – STATEMENT OF WORK (SOW)

Page 73: Subject: INVITATION FOR BIDS IFB-CO-14059-ITA … UNCLASSIFIED NCIA/ACQ/2015/1209 NATO UNCLASSIFIED III Distribution List for IFB-CO-14059-ITA Prospective Bidders (sent separately

NATO UNCLASSIFIED

IFB-CO-14059-ITA

Book II – Statement of Work

NATO UNCLASSIFIED

Table of Contents

1. INTRODUCTION 1

2. SCOPE OF WORK 3

3. PLACE AND PERIOD OF PERFORMANCE. 5

4. WORK REQUIREMENTS 7

5. CIS EQUIPMENT SPECIFICATIONS 9

6. ACCEPTANCE CRITERIA 13

7. INTEGRATED LOGISTIC SUPPORT 18

8. WARRANTY AND SUPPORT 29

ANNEXES

Annex A – Technical Specifications

Annex B – Certifications

Page 74: Subject: INVITATION FOR BIDS IFB-CO-14059-ITA … UNCLASSIFIED NCIA/ACQ/2015/1209 NATO UNCLASSIFIED III Distribution List for IFB-CO-14059-ITA Prospective Bidders (sent separately

NATO UNCLASSIFIED

IFB-CO-14059-ITA

Book II – Statement of Work

NATO UNCLASSIFIED

1. INTRODUCTION

1.1 PURPOSE

1.1.1 The purpose of this contract is the procurement of CIS equipment for the upgrade of the existing NRDC-ITA infrastructure, in order to meet the MC593/1 requirements for NRDC-ITA NATO future role, the NATO FMN Implementation Plan (Annex to IMSWM-0357-2013(SD2)-dated 10 July 2014) and the Italian Ministry of Defence (ITA MoD) Operational Requirement for NRDC-ITA JC2C(D).

1.2 BACKGROUND

1.2.1 On 6 November 2013 the NATO C3 Board released version 2.5.4. of the MC593/1 defining the Minimum Level of Command and Control (C2) Services Capabilities in Support of Joint NATO Operations in a Land Based Environment.

1.2.2 MC593/1 provides the Nations with Information Exchange Requirements (IERs) for NATO C2 Services and supporting Standards for all Forces and Elements deployed on Land in a Joint NATO Operation. Furthermore it describes the architecture of headquarters and forces and minimum level of interoperability and standards of C2 Services.

1.2.3 Within SHAPE’s Long Term Rotation Plan (LTRP) 2015-2016, NRDC-ITA will assume the role of Joint Task Force Headquarters - Land Heavy (JTF HQ (L)) for the conduct of Small Joint Operations - Land Heavy - SJO (L).

1.2.4 In order to assume this role, NRDC-ITA will go through its certification process during a series of certification Exercises, and requires an upgrade to its existing CIS Capabilities to be fully compliant with the Information Exchange Requirements (IERs).

1.2.5 The NCI Agency, as Host Nation to implement FAS’s and Deployable CIS equipment for the NATO Command Structure, has full experience in developing C2 services in support of the NATO Response Forces (NRF).

1.2.6 The co-operation between ITA MoD and NCI Agency on C4ISR Activities is currently governed by the Technical Arrangement No. 2014:01 Multiyear Programme of Work, dated 2 April 2014, under which NCI Agency supports the establishment of operational, simulated and testing environment(s), where NATO, multinational and Italian C4ISR related services co-exist and interact. Furthermore, NCI Agency assists on the assessment, verification and validation of the interoperability among NATO, joint and Italian C4ISR related services.

1.2.7 In this context, through the TO 2014:01, signed on 29 September 2014, ITA-MoD has requested the NCI Agency to support both the NRDC-ITA during the operational Exercise Eagle Joker 2014 (Operational Exercise) and the definition of the CIS architecture that meets

Page 75: Subject: INVITATION FOR BIDS IFB-CO-14059-ITA … UNCLASSIFIED NCIA/ACQ/2015/1209 NATO UNCLASSIFIED III Distribution List for IFB-CO-14059-ITA Prospective Bidders (sent separately

NATO UNCLASSIFIED

IFB-CO-14059-ITA

Part IV: Statement of Work

NATO UNCLASSIFIED

the MC593/1 requirements for NRDC-ITA NATO future role and the NATO FMN Implementation Plan (Annex to IMSWM-0357 -2013(SD2)).

1.2.8 ITA-MoD requested the NCI Agency the procurement CIS equipment in order to upgrade existing NRDC-ITA infrastructure and the NCI Agency SME Support during the validation and certification process, including Exercise Trident Jaguar 2015.

1.2.9 The above mentioned activities are in the scope of the Task Order TO2014:05 signed on 22 December 2014.

1.2.10 The upgrading of existing CIS Capabilities shall be in accordance with the Target Architecture developed, by the NCI Agency, under the Task Order 2014:01.

1.2.11 The scope, the requirements and the detailed list of the hardware and software in this Statement of Work have been agreed with ITA Mod, NRDC-IT and ITA AGS, during the meeting held in Solbiate Olona from 2 to 5 of February 2015.

Page 76: Subject: INVITATION FOR BIDS IFB-CO-14059-ITA … UNCLASSIFIED NCIA/ACQ/2015/1209 NATO UNCLASSIFIED III Distribution List for IFB-CO-14059-ITA Prospective Bidders (sent separately

NATO UNCLASSIFIED

IFB-CO-14059-ITA

Part IV: Statement of Work

NATO UNCLASSIFIED

2. SCOPE OF WORK

2.1 OVERVIEW

2.1.1 In this section is provided the statement about what is expected as deliverable of this project.

2.1.2 Specific tasks and requirement are presented in the Work Requirement and CIS Equipment Requirement sections, while in this section is highlighted what is included and not included in the scope of the project.

2.1.3 The Scope of this contract is the procurement of the CIS Equipment upgrading the existing NRDC-ITA infrastructure.

2.1.4 This procurement will satisfy initial and urgent operational requirement of NRDC-ITA as confirmed by ITA-AGS.

2.1.5 The CIS Equipment will be in line with the Target Architecture, presented by NCI Agency and that will be delivered by the end of 1Q2015 as output of the above mentioned TO2014:01.

2.2 RESPONSIBILITIES

2.2.1 NCI Agency will be responsible for the provisioning of Crypto equipment, as Purchaser Furnished Equipment (PFE) to the Contractor.

2.2.2 The Contractor shall be responsible for:

Provisioning of CIS Equipment as the hardware, software and any other items listed in

the CIS Equipment Specification section.

The technical design, the implementation of the systems and the integration of the PFE

within the CIS Equipment.

The design, implementation and integration, of the CIS Equipment in the scope, with

existing NRDC CIS infrastructure.

The analysis and estimate of Set of Spare Part for the CIS Equipment according the

technical design of the systems and Mean Time Between Failures (MTBF) of the main

critical components.

The delivery of the CIS Equipment according Schedule and the Milestone as in the

Period of Performance Section.

The provisioning of On the Job Training up to 30 man/days, not continuously and splitted

in time slot of one week each.

Page 77: Subject: INVITATION FOR BIDS IFB-CO-14059-ITA … UNCLASSIFIED NCIA/ACQ/2015/1209 NATO UNCLASSIFIED III Distribution List for IFB-CO-14059-ITA Prospective Bidders (sent separately

NATO UNCLASSIFIED

IFB-CO-14059-ITA

Part IV: Statement of Work

NATO UNCLASSIFIED

The warranty and the support on site as in the Warranty and Support Section of this

SOW.

2.2.3 The Contractor shall also provide for all necessary resources to include services, personnel, materials, components, equipment, and documentation needed to accomplish the tasks described in this SOW, to meet the requirements and to fulfil Contract provisions, included the training at NRCD-ITA.

2.2.4 The Contractor shall plan and coordinate with NCI Agency and NRDC-ITA any site survey in order to collect information about the integration of the CIS Equipment with existing CIS infrastructure.

2.2.5 The Contractor shall plan and coordinate with NCI Agency (the “Purchaser”) and NRDC-ITA any site cut-over and initial operation of the CIS Equipment, to ensure integration with the existing CIS infrastructure in Solbiate Olona, operational capability without loss of essential network services.

2.2.6 The Contractor shall co-ordinate with the Purchaser to ensure that any site preparation activities are completed on or ahead of the date site implementation/integration begins.

2.2.7 In order to enable a smooth implementation of the systems the Contractor shall submit a request to Purchaser for authorization to visit the NRDC-ITA facilities. Such request shall be subject to approval by the Purchaser in coordination with NRDC-ITA authorities.

Page 78: Subject: INVITATION FOR BIDS IFB-CO-14059-ITA … UNCLASSIFIED NCIA/ACQ/2015/1209 NATO UNCLASSIFIED III Distribution List for IFB-CO-14059-ITA Prospective Bidders (sent separately

NATO UNCLASSIFIED

IFB-CO-14059-ITA

Part IV: Statement of Work

NATO UNCLASSIFIED

3. PLACE AND PERIOD OF PERFORMANCE.

3.1 PLACE OF PERFORMANCE

3.1.1 The delivery of the CIS Equipment shall be to ITA Army 1st Signal Regiment site in Milan/Solbiate Olona (ITA).

Address: 1st Signal Regiment - Santa Barbara Barracks, Piazzale Perrucchetti 1,

Milan.

3.1.2 Point of Contacts:

For Technical and programmatic issues

Lt.Col. Valter Iannetti (NRDC ITA)

Phone: +39 0331 34 5572

Email: [email protected]; [email protected]

Maj. Riccardo Mansi (NRDC ITA) (Alternate)

Phone: +39 0331 34 5555, Mobile:+39 349.6708792

Email :[email protected]

For Logistic and delivery issues:

Cpt. Luciani Luigi (1° Signal Rgt.);

WO. Vito Scalera (1° Signal Rgt. ) (Alternate).

Phone: +39 02 4870377, 02 48703643, 02 48703593

Email: [email protected]

3.1.3 Any other activity related to the integration of the CIS Equipment to the existing NRDC-ITA CIS infrastructure will be performed at NRDC-ITA premises.

Page 79: Subject: INVITATION FOR BIDS IFB-CO-14059-ITA … UNCLASSIFIED NCIA/ACQ/2015/1209 NATO UNCLASSIFIED III Distribution List for IFB-CO-14059-ITA Prospective Bidders (sent separately

NATO UNCLASSIFIED

IFB-CO-14059-ITA

Part IV: Statement of Work

NATO UNCLASSIFIED

3.2 PERIOD OF PERFORMANCE

3.2.1 The provisioning of the CIS Equipment is finalized to enable NRDC-ITA to assume the role of Joint Task Force Headquarters – Land Heavy (JTF-HQ(L)).

3.2.2 Therefore the delivery of the CIS Equipment and any other integration activity with existing NRCD-ITA CIS infrastructure, shall be conducted according the following schedule:

Factory Acceptance Test – To be established by the Contractor in the Bid

1Site Acceptance Test – 90 days from Contract Award;

Training: within 60 days from SAT Acceptance.

.

3.2.3 The Contractor shall inform NRDC-ITA about the planned activity related to the implementation of the CIS Equipment and the integration with NRDC-ITA CIS infrastructure.

3.2.4 NRDC-ITA will provide any necessary support to the Contractor in order to facilitate the above mentioned activity.

3.2.5 NRDC-ITA shall inform NCI Agency, ITA MoD and the Contractor when, due to technical and/or operational reasons, the planned activity cannot be performed. In this any changes to the period of performance are subject to approval of the Purchaser.

Page 80: Subject: INVITATION FOR BIDS IFB-CO-14059-ITA … UNCLASSIFIED NCIA/ACQ/2015/1209 NATO UNCLASSIFIED III Distribution List for IFB-CO-14059-ITA Prospective Bidders (sent separately

NATO UNCLASSIFIED

IFB-CO-14059-ITA

Part IV: Statement of Work

NATO UNCLASSIFIED

4. WORK REQUIREMENTS

4.1 REQUIRED ACTIVITIES

4.1.1 This section includes the description of the Contractor Tasks that need to be accomplished for successful completion of this contract.

4.1.2 As part of the provisioning of CIS Equipment the Contractor shall be responsible for the following tasks:

Kick-off:

- The Contractor shall call for a meeting within 10 days from Effective Date of

Contract(EDC);

- The Contractor shall create and present the technical proposal as in the Bid;

- The Contractor shall present a Project Management Plan as detailed in the following

Paragraph 6, for review and approval;

- The meeting shall take place at NRDC-ITA in Solbiate Olona;

Design Phase:

The Contractor shall carry out the following activities:

- Coordinate with NRDC-ITA and NCI Agency for gathering of requirements; Perform an

on-site assessment of existing NRDC-ITA infrastructure and services;

- Develop the technical design based on collected requirements;

- Provide Technical Documentation, including the test plan;

- The Contractor shall call a Design Review Meeting within 20 days from the Kick Off

meeting, that will take place in Solbiate Olona;

Implementation Phase:

- The Contractor shall implement the technical solution based on the Technical

Design, as approved by the Purchaser;

- will provide a Testing Procedures, including interoperability testing with pre-

existing NRDC CIS infrastructure;

- The Contractor shall agree, in coordination with the Purchaser and NRDC-ITA the

Testing Procedures and the Test Environment, and shall provide all necessary

software solutions;

Page 81: Subject: INVITATION FOR BIDS IFB-CO-14059-ITA … UNCLASSIFIED NCIA/ACQ/2015/1209 NATO UNCLASSIFIED III Distribution List for IFB-CO-14059-ITA Prospective Bidders (sent separately

NATO UNCLASSIFIED

IFB-CO-14059-ITA

Part IV: Statement of Work

NATO UNCLASSIFIED

- will conduct testing, inviting the Purchaser;

- will resolve any issues identified in testing;

- will compile a test report to present to NCI Agency for review/approval;

- will call a meeting for review of the Documentation to be delivered;

Training Phase:

- The Contractor shall provide training in accordance with approved training plan.

Page 82: Subject: INVITATION FOR BIDS IFB-CO-14059-ITA … UNCLASSIFIED NCIA/ACQ/2015/1209 NATO UNCLASSIFIED III Distribution List for IFB-CO-14059-ITA Prospective Bidders (sent separately

NATO UNCLASSIFIED

IFB-CO-14059-ITA

Part IV: Statement of Work

NATO UNCLASSIFIED

5. CIS EQUIPMENT SPECIFICATIONS

5.1 OVERVIEW

5.1.1 The following CIS Equipment have been chosen as CIS platform supporting the operational processes in Small Joint Operations and upgrading the CIS infrastructure, in line with the NRDC-ITA Communication and Information System (CIS) Target Architecture (NICTA) for the JTF HQ and developed by the NCI Agency:

1 CIS OLRT Lt Equipment Set (Light Configuration Kit)

1 CIS OLRT Hy Equipment Set (Heavy Configuration Kit)

1 Transportable Data Centre

1 Mini Transportable Data Centre

1 VoIP Communication Set

1 Set of End User Appliances (Laptop & Printers)

1 Set of Active Networking Devices (Switches)

2 Firewalls (Network Security Systems)

Set of Spare Parts (Option CLIN 4)

5.1.2 In ANNEX A there are detailed Requirements and Technical Specifications of the CIS Equipment to be provided under this contract.

5.2 HARDWARE/SOFTWARE REQUIREMENTS

5.2.1 HARDWARE

All hardware shall come with appropriate power supply and power plugs for ITALY.

All computer hardware shall be identified on the Microsoft Hardware Compatibility List

(HCL), and where possible display a designed for Windows logo.

The systems shall meet or exceed the Technical Specification provided in ANNEX A

– CIS Equipment Requirement and Technical Specifications.

The hardware proposed shall be at the state of the art and the Contractor shall

guarantee that the hardware will be in production at least for two years after the issue

of the technical proposal

All the hardware shall be:

Page 83: Subject: INVITATION FOR BIDS IFB-CO-14059-ITA … UNCLASSIFIED NCIA/ACQ/2015/1209 NATO UNCLASSIFIED III Distribution List for IFB-CO-14059-ITA Prospective Bidders (sent separately

NATO UNCLASSIFIED

IFB-CO-14059-ITA

Part IV: Statement of Work

NATO UNCLASSIFIED

- Factory new, sourced directly from the vendor or the vendor’s Authorised Channel;

- Eligible for vendor’s guarantee;

- Eligible for vendors’ support and service in accordance with vendor policies;

- Accompanied by a valid software license of O.S. and Application Software;

- Compliant with (European) rules on parallel market.

Moreover, CISCO and EMC2 equipment and interfaces shall be factory-new and

purchased through CISCO and EMC2 authorised channels.

Cisco and EMC technologies are mandatory for network integration purposes with

existing NRDC-ITA network architecture.

5.2.2 SOFTWARE

The COTS software licences, procured under this contract shall be released directly to

the End User (NRDC-ITA).

All COTS software will come with standard manufacturer warranties.

5.3 LOGISTIC REQUIREMENTS

5.3.1 In order to maintain the current lifecycle management, the hardware, software and the proposed integrated solutions shall be in line with CISCO technology in use for the, current CIS infrastructure at NRDC-ITA.

5.4 NON-FUNCTIONAL REQUIREMENTS

5.4.1 The CIS Equipment and the implementation solution shall meet the following Non-Functional Requirement:

Sustainability: shall be applicable the whole life cycle approach to Reliability, Availability

and Maintainability. Moreover the proposed solutions shall be interchangeable, upgradable,

reconfigurable and replaceable and compliant with common standards so minimising the

training burden.

Modularity: a common equipment pool, such that equipment can be interchanged or an

upgraded solution provided, without having to replace large bespoke modules.

Page 84: Subject: INVITATION FOR BIDS IFB-CO-14059-ITA … UNCLASSIFIED NCIA/ACQ/2015/1209 NATO UNCLASSIFIED III Distribution List for IFB-CO-14059-ITA Prospective Bidders (sent separately

NATO UNCLASSIFIED

IFB-CO-14059-ITA

Part IV: Statement of Work

NATO UNCLASSIFIED

Scalability: configurable to suit the smallest deployment up to the largest deployable

structure at one location and to meet the possible future changes to size and structure.

Deployability: supporting the mission tempo of in-theatre deployment of the JTF HQ. The

deployable system/equipment when configured as deployable configuration should be capable

of transport by rail and sea as well as by tactical air transport. CIS Equipment should be able

to be driven on and off aircraft.

5.5 OTHER REQUIREMENTS

5.5.1 Certifications

The Contractor shall provide proof of the certifications listed in ANNEX B either as Corporate

or as Implementation Team.

5.6 DOCUMENTATION

5.6.1 The Contractor shall provide, as deliverable, the following documentation:

Technical Documentation, related to any type of documentation that describe

handling, functionality and architecture of the delivered CIS Equipment. The Technical

Documentation shall also provide information for users to understand:

High and Low level design;

Inner and outer dependencies of the delivered product;

Operating & Maintenance procedures.

Technical Documentation shall include:

Specifications of item/components/materials;

Data sheets of item/components/materials;

Test methods;

Manufacturing standards;

Quality management system requirements;

Information specified in laws or regulations;

Verification and validation.

As-Built Documentation that includes :

Documentation for the project;

Page 85: Subject: INVITATION FOR BIDS IFB-CO-14059-ITA … UNCLASSIFIED NCIA/ACQ/2015/1209 NATO UNCLASSIFIED III Distribution List for IFB-CO-14059-ITA Prospective Bidders (sent separately

NATO UNCLASSIFIED

IFB-CO-14059-ITA

Part IV: Statement of Work

NATO UNCLASSIFIED

Daily log of construction;

Protocols of completion and acceptance of partial and final works and, where

necessary, the descriptions and drawings necessary for the implementation of

the project being completed.

The as-built project documentation includes also all the applied changes that were made

during the course of the work along with documentation and recorded as-built

measurements and data.

5.6.2 All documentation shall be in the English language.

5.6.3 Any NON-COTS documentation shall be provided both in quantity one (1) hard and four (4) soft copy

5.6.4 The Documentation shall be identified in the inventory.

Page 86: Subject: INVITATION FOR BIDS IFB-CO-14059-ITA … UNCLASSIFIED NCIA/ACQ/2015/1209 NATO UNCLASSIFIED III Distribution List for IFB-CO-14059-ITA Prospective Bidders (sent separately

NATO UNCLASSIFIED

IFB-CO-14059-ITA

Part IV: Statement of Work

NATO UNCLASSIFIED

6. PROJECT MANAGEMENT PLAN

6.1 OVERVIEW

The Contractor shall establish, provide and maintain a Project Management Plan (PMP)

which shall describe how the Contractor will implement the strategy to manage the project,

from Contract signature throughout the Provisional Acceptance Testing (PAT) to the Final

System Acceptance (FSA), including any warranty periods. The PMP shall consider all

aspects of project management and control and demonstrate how all the critical dates

defined in the Contract will be met.

6.2 CONTENTS OF THE PROJECT MANAGEMENT PLAN

6.2.1 Project Scope

In this section the Contractor shall give summary about what the project does and does not

include, major deliverables, assumptions and constraints.

6.2.2 Project Management Approach

In this section the Contractor shall give a summary about:

6.2.2.1 Project Organization:

Internal structure, including a project organisational diagram.

Organisational unit and key personnel, their role, and responsibilities.

6.2.2.2 Project Management Processes:

Including staffing, basis of cost and schedule estimates, and project infrastructure.

Project control, including monitoring, reporting, and change management of work packages.

Issue management, including the identification, reporting, and assessment.

Communications management in terms of Project Highlight Reports; Project Checkpoint Reviews; and all other communications with the Purchaser.

Configuration management, including configuration item identification, identification and control of change requests and deficiency reports, configuration status accounting,

Page 87: Subject: INVITATION FOR BIDS IFB-CO-14059-ITA … UNCLASSIFIED NCIA/ACQ/2015/1209 NATO UNCLASSIFIED III Distribution List for IFB-CO-14059-ITA Prospective Bidders (sent separately

NATO UNCLASSIFIED

IFB-CO-14059-ITA

Part IV: Statement of Work

NATO UNCLASSIFIED

auditing, and coordination of Contractor and Purchaser configuration management and change control processes, for both documentation and material deliverables.

Risk management, including the Contractor’s process for risk identification, assessment, mitigation, monitoring, and reporting.

6.2.3 Work Breakdown Structure (WBS)

The WBS will be used as the primary framework for Contract planning and reporting to the Purchaser. In the WBS the Contractor shall establish and maintain:

6.2.3.1.1 The major work packages and the relationship between the work packages and the end product.

6.2.3.1.2 All project risk factors, the estimate of each work item’s duration, resource requirements, inputs and outputs, and predecessors and successors.

6.2.3.1.3 WBS Dictionary that identifies for each work item its duration, resource requirements, inputs and outputs, predecessors and successors, assumptions, constraints, dependencies, and requirements for Purchaser support.

6.2.4 Schedule Baseline and Project Milestones,

6.2.4.1.1 The Contractor shall provide a Schedule Baseline as reference for managing project progress as it pertains to schedule and timeline. The Schedule shall be in the form of a Gantt chart which indicates the timeline of all the project activities, including all milestones.

6.2.4.1.2 The Contractor shall provide a summary list of milestones including dates for each milestone. Include an introductory paragraph in this section which provides some insight to the major milestones. This section of the project plan shall also mention or discuss actions taken if any changes to the milestones or delivery dates are required.

6.2.5 Product Breakdown Structure (PBS).

In the Product Breakdown Structure (PBS), the Contractor, shall provide:

6.2.5.1.1 A clear and unambiguous statement of what the project is to deliver.

6.2.5.1.2 An exhaustive, hierarchical tree structure of deliverables (physical, functional or conceptual) that make up the project.

Page 88: Subject: INVITATION FOR BIDS IFB-CO-14059-ITA … UNCLASSIFIED NCIA/ACQ/2015/1209 NATO UNCLASSIFIED III Distribution List for IFB-CO-14059-ITA Prospective Bidders (sent separately

NATO UNCLASSIFIED

IFB-CO-14059-ITA

Part IV: Statement of Work

NATO UNCLASSIFIED

7. ACCEPTANCE CRITERIA

7.1 OVERVIEW

Every deliverable must be accepted by NCI Agency before it is invoiced and paid.

This section identifies the different elements related to acceptance.

NCI Agency, participate in all testing and are responsible for witnessing and accepting or not accepting.

Acceptance is needed not only for payment of the deliverable but it is also needed for Full Operation Capability of the provided CIS Equipment as upgrade of the existing NRDC-ITA CIS infrastructure.

7.2 TESTING

7.2.1 The Contractor shall led the testing activity that shall be based on the Test and Acceptance Plan (TAP).

7.2.2 Test & Acceptance Plan (TAP)

In the TAP, the Contractor shall define and explain how testing and acceptance will be

conducted and the procedures used. The TAP identifies the format of a structured testing of

the deliverable – precondition, requirement, input, and output. It should include a scenario

(user provided) that is traceable through the business processes and use cases.

7.2.2.1 System & User Acceptance Testing (Or Functional Acceptance Testing).

With the product available for testing, the user (NRDC-ITA) will be engaged by the Purchaser

to identify that it is indeed what he wanted and meets his needs (‘fit for purpose’). This must

follow the test plan and each requirement must be traceable.

The testing shall be scenario based, as the flow tends to be more easily understood by the

user when accepting functionality.

Any/all discrepancies are identified and the schedule for completion is agreed.

7.2.2.2 Factory Acceptance Testing

These testing activities occur at the Contractor’s facility.

This testing shall ensure that the requirements are satisfied at a component as well as system

level (hardware) or that parts of the project are performing to standard or software modules

are in accordance with the process.

Page 89: Subject: INVITATION FOR BIDS IFB-CO-14059-ITA … UNCLASSIFIED NCIA/ACQ/2015/1209 NATO UNCLASSIFIED III Distribution List for IFB-CO-14059-ITA Prospective Bidders (sent separately

NATO UNCLASSIFIED

IFB-CO-14059-ITA

Part IV: Statement of Work

NATO UNCLASSIFIED

Any/all discrepancies are identified and the schedule for completion is agreed between NCI

Agency and Contractor.

7.2.2.3 Provisional Acceptance Testing (PAT)

The project delivers multiple distinct elements of hardware, software, installation,

configuration, migration and training that can be delivered in phases, which will be subject to

PAT. The Contractor shall provide a detailed plan as to which elements he proposes to be

subject to PAT.

This allows a set of deliverables to be installed and placed into operation while the entirety of

the command suite is not yet available but what was delivered can be used.

Any discrepancies are noted and agreed how and when they will be corrected.

7.3 SITE ACCEPTANCE

7.3.1 The installation of a product at NRDC-ITA shall conclude with a Site Acceptance Test (SAT) and report on the test result, which shall be subject to approval of the Purchaser in coordination with NRDC-ITA.

7.3.2 The SAT tests the installation's compliancy and connection with existing CIS infrastructure as well as that the system has correctly configured and that the configuration meets the user functionality.

7.3.3 If during the implementation of the Data Centre and Mini Data Centre any expected functionality does not work as expected it must be noted as a discrepancy in the SAT report and repaired or appropriate action taken.

7.4 FINAL SYSTEM (SITE) ACCEPTANCE

7.4.1 Since there is only one site in the scope, then the FSA equates to Site Acceptance Testing (SAT).

7.4.2 NCI Agency meets appropriate section and reviews:

All SAT documentation;

corrected deficiencies;

baseline delivered;

licenses issued to the operations team;

Page 90: Subject: INVITATION FOR BIDS IFB-CO-14059-ITA … UNCLASSIFIED NCIA/ACQ/2015/1209 NATO UNCLASSIFIED III Distribution List for IFB-CO-14059-ITA Prospective Bidders (sent separately

NATO UNCLASSIFIED

IFB-CO-14059-ITA

Part IV: Statement of Work

NATO UNCLASSIFIED

hardware warranty information;

‘as built’ documentation;

training documentation (attendee list, student and instructor material);

COTS-documentation, manuals, system inventory, recommended spare parts list,

software assurance documentation.

Handover checklist is used to support all engaged parties.

Page 91: Subject: INVITATION FOR BIDS IFB-CO-14059-ITA … UNCLASSIFIED NCIA/ACQ/2015/1209 NATO UNCLASSIFIED III Distribution List for IFB-CO-14059-ITA Prospective Bidders (sent separately

NATO UNCLASSIFIED

IFB-CO-14059-ITA

Part IV: Statement of Work

NATO UNCLASSIFIED

8. INTEGRATED LOGISTIC SUPPORT

8.1 MATERIAL HANDLING

8.1.1 Shipping and Transportation

All goods covered under the Contract, including items being returned after warranty repair,

shall be shipped at the expense of the Contractor, including insurance, to the following

address: 1st Signal Regiment - Santa Barbara Barracks, Piazzale Perrucchetti 1,

Milan.

The Purchaser shall not be liable for any storage, damage or any other charges involved

in such transportation of supplies prior to the actual acceptance of such supplies at

destination.

The Purchaser will not accept responsibility and/or ownership of the equipment before

acceptance is complete.

The Point of Contact (POC) for all shipment instruction and shipment requests is:

Mr. Chris Lucas (NCI Agency)/ALS Office

Tel: +32 (0)2 707 8310

Fax: +32 (0)2 707 8770

E-mail: [email protected]

8.1.2 Preservation and Packaging

The Contractor shall, for the purpose of transportation, package, crate or otherwise

prepare the various deliverables in accordance with the best commercial practices for the

types of deliverables involved, giving due consideration to shipping and other hazards

associated with the transportation of consignments overseas.

The Contractor shall establish the packing lists in such a way to permit easy identification.

These packing lists shall accompany the shipment. Each individual container/box from a

consignment shall have a packing list in a weatherproof envelope attached to the outside

of each container/box detailing its contents. A second copy of the list is required inside

each container/box.

The packing list shall include the following information as a minimum:

Page 92: Subject: INVITATION FOR BIDS IFB-CO-14059-ITA … UNCLASSIFIED NCIA/ACQ/2015/1209 NATO UNCLASSIFIED III Distribution List for IFB-CO-14059-ITA Prospective Bidders (sent separately

NATO UNCLASSIFIED

IFB-CO-14059-ITA

Part IV: Statement of Work

NATO UNCLASSIFIED

Serial Requirement

1 The Shipping Address

2 Package Number

3 Contract Number

4 CLIN Number as per Schedule of Supply and

Services

5 Item Description

6 Part Number

7 Serial Number

8 Quantity

9 Weight and Volume details

10 Box number and number of boxes in the

consignment

11 Name and address of the Contractor, Purchaser and

Consignor

8.1.3 Marking of Material

In addition to original manufacturers’ identification marking, all major hardware items

(Workstations, Monitors, Switches and Routers) shall be marked with the NCI Agency

contract number to ensure easy identification for warranty purposes. The Contractor shall

ensure that these items are clearly marked, with a label to be as permanent as the normal

life expectancy of the equipment. The labels shall be affixed on the equipment in a clearly

visible position, preferably on the front of each item, with characters of a suitable size as

to be clearly visible. The text on the label should be in the format “------------------Property

/ CONTRACT NO. CO-14059-ITA”.

The label for identification marking shall contain the following information:

Field Description

CONTRAC

T

Page 93: Subject: INVITATION FOR BIDS IFB-CO-14059-ITA … UNCLASSIFIED NCIA/ACQ/2015/1209 NATO UNCLASSIFIED III Distribution List for IFB-CO-14059-ITA Prospective Bidders (sent separately

NATO UNCLASSIFIED

IFB-CO-14059-ITA

Part IV: Statement of Work

NATO UNCLASSIFIED

Field Description

CLIN

Contract Line Item Number (number-10 digits maximum).

Sequence number assigned to a particular line item in a

given contract. The combination CLIN-Contract No. shall

always be unique.

NSN

NATO Stock Number (number-13 digits). Identifies an

item codified by one of the NATO countries' National

Codification Bureaus. It shall always be linked to at least

one part number with the corresponding manufacturer

code. It is recommended that the Contractor system

integrator requests codification from the National

Codification Bureau of the original manufacturer's country.

If NSN is known prior to system delivery it shall be added

in this field.

Nomenclat

ure

Short Item Description (text- 35 digits). Should always

start with the main item name followed if possible by a

technical specification, followed by the next higher

assembly names in hierarchical order, separated by

commas. E.g. for a coax connector of a television cable

the nomenclature should read: CONNECTOR, COAX,

CABLE, TELEVISION.

True

Manufactur

er Part

Number

True Manufacturer P/N (text-32 digits). Part Number given

to this item by the original manufacturer.

True

Manufactur

er Code (or

complete

name and

address )

True Manufacturer Code (text-5 digits). Code of the

Company that has manufactured this item. This is an

internationally recognized 5-digit code which is unique to

that company. It corresponds to the "cage code" in the

USA. Manufacturer Codes and Cage Codes are

obtainable from the national governmental authorities or,

if it already exists, from the "NATO Master Cross-

Reference List” (NMCRL) obtainable from NAMSA. In

case the code cannot be obtained, it will be sufficient to

enter the complete name and address information of the

true manufacturer.

Page 94: Subject: INVITATION FOR BIDS IFB-CO-14059-ITA … UNCLASSIFIED NCIA/ACQ/2015/1209 NATO UNCLASSIFIED III Distribution List for IFB-CO-14059-ITA Prospective Bidders (sent separately

NATO UNCLASSIFIED

IFB-CO-14059-ITA

Part IV: Statement of Work

NATO UNCLASSIFIED

Field Description

Vendor/Co

ntractor

Code (or

complete

name and

address)

Vendor (Contractor) (text-5 digits). Company which sells

the item or the complete system to which this item

belongs. The vendor is the company with which the

contract is placed but is not necessarily the true

manufacturer of the item. If the vendor company has also

designed and integrated the complete system it is also

known as Original Equipment Manufacturer (OEM). The

company code is an internationally recognized 5-digit

code which is unique to that company. It corresponds to

the "cage code" in the USA. Manufacturer Codes and

Cage Codes are obtainable from the national

governmental authorities or, if it already exists, from the

"NATO Master Cross-Reference List” (NMCRL)

obtainable from NAMSA. In case the code cannot be

obtained, it will be sufficient to enter the complete name

and address information.

Vendor/Co

ntractor

Part

Number

Vendor (Contractor) P/N (text-32 digits). Part Number

given to this item by the company which sells the item or

the complete system to which this item belongs. The

vendor is the company with which the contract is placed

but is not necessarily the true manufacturer of the item.

Order Unit Order Unit (text-2 digits). Unit under which the item is sold,

e.g. each, set, meter, etc.

Serialized

Item Tag

Serialized Items Tag (text-1 digit). Add a "Y" if the item

carries a serial number independently whether serial

numbers is already known or not. If known, complete

column "Serial Number".

Serial

Number

Serial Number. If Serialized Item Tag is "Y" (yes) then add

serial number here. (1 serial number per line). If system is

already installed, then the Contractor shall indicate here

the serial numbers installed at user site. For items to be

delivered to depots the Contractor may not know the serial

number in advance, in that case it will be completed by the

receiving site.

Page 95: Subject: INVITATION FOR BIDS IFB-CO-14059-ITA … UNCLASSIFIED NCIA/ACQ/2015/1209 NATO UNCLASSIFIED III Distribution List for IFB-CO-14059-ITA Prospective Bidders (sent separately

NATO UNCLASSIFIED

IFB-CO-14059-ITA

Part IV: Statement of Work

NATO UNCLASSIFIED

Field Description

Serial

Number

Software

Revision

Level

Software Revision Level (text- 30 digits but can be

expanded as necessary) If item carries a serial number

and field "serial number" is completed, add SW revision

level / version here if appropriate.

Issue to

customer

Customer Code (text-4 digits - to be completed by NCSA).

Code representing the customer to which the item(s) shall

be shipped by the receiving/ inspecting depot.

The Contractor shall be responsible for the timely request of Custom Forms 302, required

for duty free import/export of supplies between EU and Non-EU countries.

The written request for a 302 form shall contain the following information:

Requirement

1 Purchaser Contract Number

2 Contract Line Item Number (CLIN), designation

and quantities

3 Destination

4 Number and gross weight

5 Consignor’s and Consignee’s name and address.

6 Method of shipment, i.e. road, air, sea, etc

7 Name and address of the freight forwarder

8 POC to receive the Form 302

The Contractor is to ensure that forwarding agents are informed of the availability of Form

302 and how this form is utilised to avoid the payment of Customs Duties. Form 302 must

be added to the shipment documents to be provided to the carrier.

Page 96: Subject: INVITATION FOR BIDS IFB-CO-14059-ITA … UNCLASSIFIED NCIA/ACQ/2015/1209 NATO UNCLASSIFIED III Distribution List for IFB-CO-14059-ITA Prospective Bidders (sent separately

NATO UNCLASSIFIED

IFB-CO-14059-ITA

Part IV: Statement of Work

NATO UNCLASSIFIED

Following receipt of the request by the Purchaser, normally ten (10) working days are

required for the issue of the form.

These forms shall be originals and must be mailed or delivered by mail/express courier.

If an express courier has to be used by the Purchaser to ensure that the form is available

on time before shipment, all associated costs shall be reimbursed by the Contractor.

If a Country refuses to accept the Form 302 and requires the payment of custom duties,

the Contractor shall immediately inform the Purchaser by the fastest means available and

obtain from the Custom Officer a written statement establishing that its country refuses

to accept the Custom Form 302.

Only after having received Purchaser’s approval, the Contractor shall pay these customs

duties and shall claim reimbursement from the Purchaser.

The carrier shall be fully conversant with the application and use of Custom Form 302.

The Contractor shall add the Custom Form 302 to the shipping documentation.

It shall be noted that documents have to be originals which need to be available for the

goods to cross Customs.

8.1.4 Notice of Shipment

Two (2) weeks prior to the delivery of any shipment of supplies, the Contractor shall

provide Notice of Shipment to the Purchaser’s ILS Office and to such other persons as

are designated, in accordance with the instruction of the Purchaser. This notice shall be

provided electronically and include the following information:

Serial Requirement

1 Purchaser Contract Number

2 Contract line Item Number (CLIN), designation and

quantities

3 Items Description, Quantity and Manufacturer Part

Number

4 Destination

Page 97: Subject: INVITATION FOR BIDS IFB-CO-14059-ITA … UNCLASSIFIED NCIA/ACQ/2015/1209 NATO UNCLASSIFIED III Distribution List for IFB-CO-14059-ITA Prospective Bidders (sent separately

NATO UNCLASSIFIED

IFB-CO-14059-ITA

Part IV: Statement of Work

NATO UNCLASSIFIED

Serial Requirement

5 Number of packages/containers, dimensions and gross

weight

6 Consignor’s and Consignee’s name and address

7 Mode of shipment, e.g., road, air sea, etc.

8 Date of shipment

9 Number of the Form 302 used (if required)

8.1.5 Inventory

The Contractor shall provide a detailed inventory/Material Data Sheet (MDS) of all items

and documents to be delivered under this contract no later than ten (10) working days

before delivery, which shall contain the following information:

Field Description

CLIN

Contract Line Item Number (number-10 digits maximum).

Sequence number assigned to a particular line item in a

given contract. The combination CLIN-Contract No. shall

always be unique.

NSN

NATO Stock Number (number-13 digits). Identifies an

item codified by one of the NATO countries' National

Codification Bureaus. It shall always be linked to at least

one part number with the corresponding manufacturer

code. It is recommended that the Contractor system

integrator requests codification from the National

Codification Bureau of the original manufacturer's

country. If NSN is known prior to system delivery it shall

be added in this field.

Nomenclat

ure

Short Item Description (text- 35 digits). Should always

start with the main item name followed if possible by a

technical specification, followed by the next higher

assembly names in hierarchical order, separated by

commas. E.g. for a coax connector of a television cable

the nomenclature should read: CONNECTOR, COAX,

CABLE, TELEVISION.

Page 98: Subject: INVITATION FOR BIDS IFB-CO-14059-ITA … UNCLASSIFIED NCIA/ACQ/2015/1209 NATO UNCLASSIFIED III Distribution List for IFB-CO-14059-ITA Prospective Bidders (sent separately

NATO UNCLASSIFIED

IFB-CO-14059-ITA

Part IV: Statement of Work

NATO UNCLASSIFIED

Field Description

EQRE

(XB/ND)

Code (text-2 digits). Defines whether an item is

repairable (ND) or not (XB) from a technical point of view.

True

Manufactur

er Part

Number

True Manufacturer P/N (text-32 digits). Part Number

given to this item by the original manufacturer.

True

Manufactur

er Code (or

complete

name and

address )

True Manufacturer Code (text-5 digits). Code of the

Company that has manufactured this item. This is an

internationally recognized 5-digit code which is unique to

that company. It corresponds to the "cage code" in the

USA. Manufacturer Codes and Cage Codes are

obtainable from the national governmental authorities or,

if it already exists, from the "NATO Master Cross-

Reference List” (NMCRL) obtainable from NAMSA. In

case the code cannot be obtained, it will be sufficient to

enter the complete name and address information of the

true manufacturer.

Vendor/Co

ntractor

Code (or

complete

name and

address)

Vendor (Contractor) (text-5 digits). Company which sells

the item or the complete system to which this item

belongs. The vendor is the company with which the

contract is placed but is not necessarily the true

manufacturer of the item. If the vendor company has also

designed and integrated the complete system it is also

known as Original Equipment Manufacturer (OEM). The

company code is an internationally recognized 5-digit

code which is unique to that company. It corresponds to

the "cage code" in the USA. Manufacturer Codes and

Cage Codes are obtainable from the national

governmental authorities or, if it already exists, from the

"NATO Master Cross-Reference List” (NMCRL)

obtainable from NAMSA. In case the code cannot be

obtained, it will be sufficient to enter the complete name

and address information.

Page 99: Subject: INVITATION FOR BIDS IFB-CO-14059-ITA … UNCLASSIFIED NCIA/ACQ/2015/1209 NATO UNCLASSIFIED III Distribution List for IFB-CO-14059-ITA Prospective Bidders (sent separately

NATO UNCLASSIFIED

IFB-CO-14059-ITA

Part IV: Statement of Work

NATO UNCLASSIFIED

Field Description

Vendor/Co

ntractor

Part

Number

Vendor (Contractor) P/N (text-32 digits). Part Number

given to this item by the company which sells the item or

the complete system to which this item belongs. The

vendor is the company with which the contract is placed

but is not necessarily the true manufacturer of the item.

QTY

ordered

Item Quantity (number-5 digits). Shows the quantity of

this item ordered as individual item in this contract, i.e. if

it is not delivered built-in in another unit.

In case the item is not ordered as individual item or as

spare unit but is built-in in another assembly, enter "0"

(zero) in this field and complete fields: "Part Number of

next higher assembly" and "qty in next higher assembly".

Serialised items shall only have a quantity of 1.

Order Unit Order Unit (text-2 digits). Unit under which the item is

sold, e.g. each, set, meter, etc.

Serialized

Item Tag

Serialized Items Tag (text-1 digit). Add a "Y" if the item

carries a serial number independently whether serial

numbers is already known or not. If known, complete

column "Serial Number".

Serial

Number

Serial Number. If Serialized Item Tag is "Y" (yes) then

add serial number here. (1 serial number per line). If

system is already installed, then the Contractor shall

indicate here the serial numbers installed at user site. For

items to be delivered to depots the Contractor may not

know the serial number in advance, in that case it will be

completed by the receiving site.

Serial

Number

Software

Revision

Level

Software Revision Level (text- 30 digits but can be

expanded as necessary) If item carries a serial number

and field "serial number" is completed, add SW revision

level / version here if appropriate.

Page 100: Subject: INVITATION FOR BIDS IFB-CO-14059-ITA … UNCLASSIFIED NCIA/ACQ/2015/1209 NATO UNCLASSIFIED III Distribution List for IFB-CO-14059-ITA Prospective Bidders (sent separately

NATO UNCLASSIFIED

IFB-CO-14059-ITA

Part IV: Statement of Work

NATO UNCLASSIFIED

Field Description

Serial

Number

Hardware

Revision

Level

Hardware Revision Level (text- 30 digits but can be

expanded as necessary) If item carries a serial number

and field "serial number" is completed, add HW revision

level / version here if appropriate.

Other

Serial

Number

attributes

Other Serial Number Attributes (text-to be defined). This

field will be used and defined on a case by case basis to

be decided by NCSA System Manager, NCI Agency and

the Contractor for other attributes which might be

required for a particular system.

Subject to

Property

Accounting

NDSS-MRCS (text-1 digit). NCSA will decide whether or

not item is subject to property accounting and is to

appear on the customer balance lists. This field will be

completed Y or N by NCSA.

Currency

Currency (text-3 digits). International 3-digit code (ISO)

representing the currency in which the item purchase

price (or the estimated value) is expressed.

Price Item Price (number-11 digits). Unit price with 2 decimals.

Warranty

Expiration

Date

Warranty Expiration Date (date: DD/MM/YY). Shows the

date on which the warranty of this item expires, which is

usually N days after delivery of the item. If delivery is

scheduled for a certain date, warranty expiration date =

delivery date + warranty period in days.

Receiving /

Inspection

Depot

Receiving / Inspection Depot (TXT-2 digits). Information

will be provided to Contractor by the Purchaser’s ILS

Officer. This is the depot to where the vendor ships the

material. Normally this depot will receive, inspect and put

the material in stock against Dues-In to be created in

accordance with Qty in column "Qty Ordered". In case of

a deviation from this rule, the Purchaser will inform the

Contractor of the correct final Depot and through which

depot the items shall have to transit.

Page 101: Subject: INVITATION FOR BIDS IFB-CO-14059-ITA … UNCLASSIFIED NCIA/ACQ/2015/1209 NATO UNCLASSIFIED III Distribution List for IFB-CO-14059-ITA Prospective Bidders (sent separately

NATO UNCLASSIFIED

IFB-CO-14059-ITA

Part IV: Statement of Work

NATO UNCLASSIFIED

Field Description

Issue to

customer

Customer Code (text-4 digits - to be completed by

NCSA). Code representing the customer to which the

item(s) shall be shipped by the receiving/ inspecting

depot.

Extended

Line Item

Description

Extended Line Item Description (text-no limit). Any

additional information concerning this item shall be

entered here, e.g. technical specifications, configuration,

reference to technical drawings or manuals etc…

Part

Number of

next higher

assembly

Part-Number of Next Higher Assembly (text-32 digits) If

item is built-in another assembly, indicate part number of

that assembly here.

Qty in next

higher

assembly

Quantity in Next Higher Assembly (number-3 digits max).

This field shows the built-in quantity of the item in the

next higher assembly. This information shall be provided

for configuration control purposes.

Qty

installed at

Operating

Unit

(Customer

Site)

Quantity installed. This field is only applicable when the

delivery is direct to an operating unit (customer site).

However in that case it is mandatory.

For non-serialized items it shows total quantity installed.

For serialized items quantity shall only be one per serial

number. Use a new line for each serial number.

Page 102: Subject: INVITATION FOR BIDS IFB-CO-14059-ITA … UNCLASSIFIED NCIA/ACQ/2015/1209 NATO UNCLASSIFIED III Distribution List for IFB-CO-14059-ITA Prospective Bidders (sent separately

NATO UNCLASSIFIED

IFB-CO-14059-ITA

Part IV: Statement of Work

NATO UNCLASSIFIED

9. WARRANTY AND SUPPORT

9.1 WARRANTY

9.1.1 The CIS Equipment procured under this contract shall be provided with a minimum of two (2) year on-site warranty starting from the acceptance date.

9.1.2 For CISCO/EMC equipment only, the extended warranty shall be a 24h/7days, performed by CISCO certified specialists.

9.2 SUPPORT

9.2.1 The Contractor in respect of CISCO/EMC support, in emergency cases, shall respond, within two hours from the on-call ticket opening

9.2.2 The Contractor shall provide evidence that all delivered CISCO and EMC2 equipment is registered with the Vendor and with two years support contract starting from the acceptance date. Support contracts shall guarantee hardware replacement and free access to all official software updates.

9.2.3 NRDC-ITA will be the owner of the CIS Equipment delivered under this contract, therefore NRDC-ITA will be responsible for the shipment of any defected hardware or malfunctioning equipment, back to the Contractor for repair and replacement except any crypto equipment or device that cannot be returned to the manufacturer.

9.2.4 For this purpose the Contractor shall provide detailed handling instructions, including help-desk or other Point of Contact information, to be contacted in case of a warranty claim

9.2.5 NRDC-ITA will keep a Log Book of any defective items under warranty sent to the Contractor.

9.2.6 The Contractor shall further be responsible for the provision of any alternatives or superseding items should the original part be no longer available, ensuring form, fit and functional requirements.

9.2.7 After equipment acceptance, the Contractor shall provide training on the job support on the new infrastructure to NRDC-ITA personnel for a period of three months.

Page 103: Subject: INVITATION FOR BIDS IFB-CO-14059-ITA … UNCLASSIFIED NCIA/ACQ/2015/1209 NATO UNCLASSIFIED III Distribution List for IFB-CO-14059-ITA Prospective Bidders (sent separately

NATO UNCLASSIFIED Annex A to SOW

IFB-CO-14059-ITA

NATO UNCLASSIFIED

Page 1/31

ANNEX A – CIS EQUIPMENT REQUIREMENT AND TECHNICAL SPECIFICATIONS

SOW

Reference

Description Q.ty

1 CIS OLRT Equipment Set (Light Kit configuration) 1

Purpose.

The Operational Liasion and Reconnaissance Team (OLRT) does not need any local server or

management. It is highly mobile and shall support up to 5 users.

The OLRT CIS Equipment Set (Light Kit configuration) will connect the OLRT back to the Permanent

Headquarter (PHQ) providing access to any enterprise services (email, web). Voice and data services will

be provided to the OLRT for the NS and NU operational domains. The CIS OLRT Equipment Set will

provide the following services:

- Class Data up to NS/Unclass Data

- Class Voice (Analog and oIP) up to NS

- Unclass Voice (analog and oIP)

- Class/Unclass -Gsm/Sat Mobile Voice

- Internal Class Lan up to NS

The OLRT Light Kit CIS Equipment Set will use the satcom link via BGAN/Inmarsat 384KB Bandwitdh.

- The OLRT Light Kit will be based on:Red Case: containing the Crypto Unit, Red Router and Red

Switch;

- Black Case: containing Black Router, Swich panel to connect black devices to the Red Case and

to connect to the external communication devices.

- Ancillary Cases: containing Satellite Terminal, Power suppliers, Ruggedized Laptops, Cables,

Printer, VoIp Phones, Analog Phones, Mobile phones etc..

The picture below shows the OLRT Light Kit CIS Equipment Set in System view in operational scenario:

Page 104: Subject: INVITATION FOR BIDS IFB-CO-14059-ITA … UNCLASSIFIED NCIA/ACQ/2015/1209 NATO UNCLASSIFIED III Distribution List for IFB-CO-14059-ITA Prospective Bidders (sent separately

NATO UNCLASSIFIED Annex A to SOW

IFB-CO-14059-ITA

NATO UNCLASSIFIED

Page 2/31

Figure 1- OLRT System view in operational scenarioNon-functional requirements:

The OLRT CIS Equipment Set shall be implemented in a man-portable solution according the following

requirements:

Ruggedized wheeled cases with engineered built-in equipments.

Each case shall be transportable by 1 pax.

Weight up to 20 Kg each case.

Fast to set operational.

Mil-Std-810 Compliant.

NATO EMSec Compliant.

The engineered solution shall take in account that the OLRT CIS Light Kit Equipment Set will

include also a Crypto device TCE621/M (Purchaser Furnished Equipment).

The picture below shows an example of possible configuration of the Set:

Page 105: Subject: INVITATION FOR BIDS IFB-CO-14059-ITA … UNCLASSIFIED NCIA/ACQ/2015/1209 NATO UNCLASSIFIED III Distribution List for IFB-CO-14059-ITA Prospective Bidders (sent separately

NATO UNCLASSIFIED Annex A to SOW

IFB-CO-14059-ITA

NATO UNCLASSIFIED

Page 3/31

The OLRT CIS Equipment Set (Light Kit configuration) shall have the following configuration:

SOW

Ref

Description Q.ty

1.1 Rugged Laptop -

with the following minimum HW features:

- Intel® Core™ i5-4310U vPro™ Processor 2.0GHz

- 8GB SDRAM (DDR3L-1600MHz),

- Intel® HD graphics 4400, max. 1792MB shared VRAM with Win 8.1 64-bit6

- Hard Disk [ Eclypt Core 600 internal HD (*)]

- display 15” HD

- O.S. : Microsoft Windows® 8.1 Pro 64-bit

- Ethernet; USB ports

- MIL-STD-810G certified; Spill-resistant keyboard; Shock-mounted hard drive

5

1.2. VoIp Handest CISCO 3850 2

1.3 HP OfficeJet 150 Mobile 1

1.3 Polycom CX-100 Speaker Phone 1

1.4 Logitech B525HD Webcam (Win8 compatible) 1

1.5 Plantronics C420-M HeadSet 1

1.6 Olympus DM-650 Digital Voice Recorder 2

1.7 Digital Camera Nikon Coolpix AW120 (camouflage) with HD video capability and Gps function, Memory card 16GB and spare battery.

1

1.8 Canon P-215 Scanner 1

1.9 Black Voice Phones 1

1.10 BGanTransceiver Explore700 1

1.11 Black Router CISCO 5900 Series – Embedded Services Routers (ESRs) 1

1.12 Red Router CISCO 5900 Series – Embedded Services Routers (ESRs) 1

Page 106: Subject: INVITATION FOR BIDS IFB-CO-14059-ITA … UNCLASSIFIED NCIA/ACQ/2015/1209 NATO UNCLASSIFIED III Distribution List for IFB-CO-14059-ITA Prospective Bidders (sent separately

NATO UNCLASSIFIED Annex A to SOW

IFB-CO-14059-ITA

NATO UNCLASSIFIED

Page 4/31

1.13 Sat Phone Iridium (latest version + Crypto Iridium Compatible) 1

1.14 Crypto Iridium Terminal 1

1.15 Mobile Phones (GSM, UMTS, 3G, 4G) – included spare battery and charger 2

1.16 Speaker for Conference Call (via Lync) Polycom SoundStation 2 1

1.17 USB Pen Drive 16 Gb Minimum 5

1.18 Mini Projector: AAXA M2 Micro(Acer K11/Dell M115HD) with Spare Lamp 1

1.19 Cases for transport and Handling in accordance with Requirements As

Needed

1.20 Engineering, cabling and packaging in rugged cases/Trolley /

1.21 PFE(*) Mobile Secure phone Mod. SECTERA (included spare battery and charger) up

to NS

2

1.22 PFE(*) External Hard Drive Eclypt Freedom 600 1

1.23 PFE(*) Crypto Device TCE621/M 1

1.24 PFE (*) Eclypt Core 600 internal HD (to be installed within the rugged laptops) 5

(*) Purchaser Furnished Equipment

Page 107: Subject: INVITATION FOR BIDS IFB-CO-14059-ITA … UNCLASSIFIED NCIA/ACQ/2015/1209 NATO UNCLASSIFIED III Distribution List for IFB-CO-14059-ITA Prospective Bidders (sent separately

NATO UNCLASSIFIED Annex A to SOW

IFB-CO-14059-ITA

NATO UNCLASSIFIED

Page 5/31

SOW

Reference

Description Quantity

2 CIS OLRT Equipment Set (Heavy Kit configuration) 1

Purpose.

The Operational Liasion and Reconnaissance Team (OLRT) does not need any local server or

management. It is highly mobile and shall support up to 5 users.

The OLRT CIS Equipment Set (Heavy Kit configuration) will connect the OLRT back to the Permanent

Headquarter (PHQ) providing access to any enterprise services (email, web). Voice and data services will

be provided to the OLRT for the NS and NU operational domains. The CIS OLRT Equipment Set will provide

the following services:.

- Class Data up to NS/Unclass Data

- Class Voice (Analog and oIP) up to NS

- Unclass Voice (analog and oIP)

- Class/Unclass – Gsm/Sat Mobile Voice

- Internal Class Lan up to NS

The OLRT CIS Heavy Kit Equipment Set will use the satcom link via BGAN/Inmarsat 384KB Bandwitdh and

1Mbps Eutelsat/SICRAL satcom link.

The OLRT Light Kit will be based on:

- Red Case: containing the Crypto Unit, Red Router and Red Switch;

- Black Case: containing Black Router, Swich panel to connect black devices to the Red Case and to

connect to the external communication devices.

- Ancillary Cases: containing Satellite Terminal, Power suppliers, Ruggedized Laptops, Cables, Printer,

VoIp Phones, Analog Phones, Mobile phones etc..

- Back pack: with manportable Sat Terminal.

The picture below shows the OLRT CIS Heavy Kit Equipment Set in System view and in operational

scenario:

Page 108: Subject: INVITATION FOR BIDS IFB-CO-14059-ITA … UNCLASSIFIED NCIA/ACQ/2015/1209 NATO UNCLASSIFIED III Distribution List for IFB-CO-14059-ITA Prospective Bidders (sent separately

NATO UNCLASSIFIED Annex A to SOW

IFB-CO-14059-ITA

NATO UNCLASSIFIED

Page 6/31

Figure 2- OLRT Heavy Kit system view in Operational Scenario

Non-functional requirements:

The OLRT CIS Equipment Set shall be implemented in a man-portable solution according the following

requirements:

Ruggedized wheeled cases with engineered built-in equipments.

Each case shall be easy to transport by 1 pax.

Weight up to 20 Kg each case.

Easy and fast to set operational.

Mil-Std-810 Compliant.

NATO Esec Compliant.

The engineered solution shall take in account that the OLRT CIS Equipment Set will include also a

Crypto device TCE621/M (Purchaser Furnished Equipment)

The picture below shows an example of possible configuration of the Set:

Page 109: Subject: INVITATION FOR BIDS IFB-CO-14059-ITA … UNCLASSIFIED NCIA/ACQ/2015/1209 NATO UNCLASSIFIED III Distribution List for IFB-CO-14059-ITA Prospective Bidders (sent separately

NATO UNCLASSIFIED Annex A to SOW

IFB-CO-14059-ITA

NATO UNCLASSIFIED

Page 7/31

The OLRT CIS Equipment Set shall have the following configuration:

Page 110: Subject: INVITATION FOR BIDS IFB-CO-14059-ITA … UNCLASSIFIED NCIA/ACQ/2015/1209 NATO UNCLASSIFIED III Distribution List for IFB-CO-14059-ITA Prospective Bidders (sent separately

NATO UNCLASSIFIED Annex A to SOW

IFB-CO-14059-ITA

NATO UNCLASSIFIED

Page 8/31

SOW Ref Description Q.ty

2.1 Rugged Laptop - Equipped with Eclypt Core 600 internal HD (*)

with the following minimum HW features:

- Intel® Core™ i5-4310U vPro™ Processor 2.0GHz

- 8GB SDRAM (DDR3L-1600MHz),

- Intel® HD graphics 4400, max. 1792MB shared VRAM with Win 8.1 64-bit6

- Hard Disk [ Eclypt Core 600 internal HD (*)]

- display 15” HD

- S.O. : Microsoft Windows® 8.1 Pro 64-bit

- Ethernet, USB Ports

- MIL-STD-810G certified; Spill-resistant keyboard; Shock-mounted hard drive

5

2.2. VoIp Handest CISCO 3850 2

2.3 HP OfficeJet 150 Mobile 1

2.3 Polycom CX-100 Speaker Phone for Lync 1

2.4 Logitech B525HD Webcam (Win8 compatible) 1

2.5 Plantronics C420-M HeadSet 1

2.6 Olympus DM-650 Digital Voice Recorder 2

2.7 Digital Camera with Nikon Coolpix AW120 (camouflage) HD video capability and Gps function, Memory card 16GB and spare battery.

1

2.8 Canon P-215 Scanner 1

2.9 Black Voice Phones 1

2.10 BGanTransceiver Explore700 1

2.11 Sat Terminal 1Mbps TELESPAZIO triband X/Ku/Ka Type FlySat “Back Pack 960K”

(modem included)

1

2.12 Black Router CISCO 5900 Series – Embedded Services Routers (ESRs) 1

2.13 Red Router CISCO 5900 Series – Embedded Services Routers (ESRs) 1

2.14 Sat Phone Iridium (latest version + Crypto Iridium Compatible) 3(***)

2.15 Crypto Iridium Terminal 2(****)

2.16 Mobile Phones (GSM, UMTS, 3G, 4G) – included spare battery and charger 2

2.17 Speaker for Conference Call (via Lync) Polycom SoundStation 2 1

2.18 USB Pen Drive 16 Gb Minimum 5

2.19 Mini Projector: AAXA M2 Micro(Acer K11/Dell M115HD) with Spare Lamp 1

2.20 Cases for transport and Handling in accordance the Requirements As Needed

2.21 Engineering, cabling and packaging in rugged cases/Trolley /

2.22 PFE(*) Mobile Secure phone Mod. SECTERA (included spare battery and charger) up to

NS

3(**)

2.23 PFE(*) External Hard Drive Eclypt Freedom 600 1

2.24 PFE(*) Crypto TCE621/M 1

Page 111: Subject: INVITATION FOR BIDS IFB-CO-14059-ITA … UNCLASSIFIED NCIA/ACQ/2015/1209 NATO UNCLASSIFIED III Distribution List for IFB-CO-14059-ITA Prospective Bidders (sent separately

NATO UNCLASSIFIED Annex A to SOW

IFB-CO-14059-ITA

NATO UNCLASSIFIED

Page 9/31

2.25 PFE (*) Eclypt Core 600 internal HD (to be installed within the rugged laptops) 5

(*) Purchaser Furnished Equipment (**) 2 for OLRT and 1 for Permanent HQ

(***) 2 for OLRT and 1 static kit for CJOC

(****) 1 for OLRT and 1 for CJOC

SOW Reference Description Quantity

3 Transportable Data Center (Large PoP) 1

Purpose.

For the Joint Task Force Headquarters (JTFHQ) and the related depoyed components a Transportable

Data Center shall provide services for Processing, Storage, Data Backup and Restore, Virtualization,

Management and Security, within the possible security domains (MS, NS and NU). The Transportable

Data Centre will provide services up to 500 users in total.

Functional Requirements.

The Transportable Data Centre shall be composed by the following modules implemented as Sub-racks

and according the Building Blocks Architecture shown below:

Backbone IP

NETWORKING AND SYSTEM MANAGEMENT

SUB-RACK

STORAGE SUB-RACK

POWER DISTRIBUTION AND UPS SUB-RACK

PWR

TRANSPORTABLE DATA CENTRE

ENVIROMENTAL CONTRO UNIT

CORE SWITCHING SUB-RACK

PWR

10 Gb E

COMPUTING SUB-RACK

10Gb E 10Gb FCoE

10 Gb FCoE

UPS

Figure 3 Transportable Data Centre Block Diagram

The hardware and software platforms of Transportable Data Centre shall have the CISCO Blade 5108

technology baseline, in order to be fully compliant with the current CIS architecture of the Permanent

Head Quarters (PHQ) of NRDC-ITA.

Page 112: Subject: INVITATION FOR BIDS IFB-CO-14059-ITA … UNCLASSIFIED NCIA/ACQ/2015/1209 NATO UNCLASSIFIED III Distribution List for IFB-CO-14059-ITA Prospective Bidders (sent separately

NATO UNCLASSIFIED Annex A to SOW

IFB-CO-14059-ITA

NATO UNCLASSIFIED

Page 10/31

The provisioned Transportable Data Centre, and related subsystems, shall be equipped with

any cables (pwr, data), pipes (cooling), ancillery and accessories necessary to satisfy the operationl use

of the systems.

Description of the Sub-rack.

Network and System Management Sub-rack - the module hosts all the equipment providing:

o Layer 2 connectivity between all LAN (Local Area Network) components and connectivity with the

SAN (Storage Area Network) internal to the TDC

o Layer 3 conectivity toward the external TDC enviroment and within the TDC components (servers

and storage array);

o Management Services for management and control of all layers and services within the CIS

infrastructure.

o Redundancy and the reliability of the connectivity LAN and SAN.

The connectivity between the Networking and System Management Sub-rack and Computing Sub-

rack shall be Ethernet 10Gbps Fiber Optic FCoE with redundancy.

The connectivity between the Networking and System Management Sub-rack and Storage Sub-rack

shall be Ethernet 10Gbps Fiber Optic FCoE with redundancy.

Within the Networking and System Management Sub-rack each Fabric Interconnect module shall be

connected with links 10Gbps Ethernet for LAN traffic and 8 Gbps for SAN traffic.

Computing Sub-rack – Computing Sub-rack – the module hosts all the equipment providing

processing power (CPU, Memory), the connectivity within the computing subrack and toward the

Network and System Management Sub-rack.

Storage Sub-rack – the module will host the storage array providing:

o Storage array capability in Fibre Channel technology;

o 30 TB storage capacity based on SAS and NL-SAS disks;

o Expandable storage capability and full redundancy.

Core Switching Sub-rack – the module provides the connectivity to the Backbone distibution

switches or to other core switches. It will operates up to 10 Gigabit Ethernet, Fibre Channel, and

FCoE switch offering up to 960 Gbps of throughput and up to 48 ports.

Power distribution and UPS Sub-rack - the module will host the UPSs (Uninteruptable Power

Systems) in order to garantee the distribution of the power to the Storage, Computing and

Management and Core Switching modules. The Sub-Rack will also guarantee:

o The distribution of nominal output voltage 230 Vac, 50 Hz in case of the Data Centre is working

with 8 blade servers ( expected maximum capability of computing)

o Autonomy of 20 minutes, as minimum, in case of external energy cut-off, with Data Centre fully

loaded.

o Fast recharging of the batteries.

Enviromental Control Unit Sub-rack – the module shall provide stable temperature and humidity for

each Storage, Computing, Management, Core Switching and Power & UPS modules. The ECU Sub-

rack shall make the Transportable Data Centre able to operate with external temperature within the

Page 113: Subject: INVITATION FOR BIDS IFB-CO-14059-ITA … UNCLASSIFIED NCIA/ACQ/2015/1209 NATO UNCLASSIFIED III Distribution List for IFB-CO-14059-ITA Prospective Bidders (sent separately

NATO UNCLASSIFIED Annex A to SOW

IFB-CO-14059-ITA

NATO UNCLASSIFIED

Page 11/31

range: -15 up to +50 C. The ECU performance shall be also granteed when the Transportable Data

Centre is working with 8 blade servers ( maximum capability of computing)

o Moreover:The air conditioning shall be non water-chiller;

o Shall be included in one or more rugged case.

o The Unit shall be able to guarantee air filtering and the cooling circulation shall be separated by

the external enviroment.

The Transportable Data Centre shall be provided with any Transport and Handling accessories in

accordance with the following Non-Functional Requirements.

Non-Functional requirements.

The weight of each sub-rack shall not exceed 100 Kg.

Each module shall be able to be lifted and carried by four people.

The reference standard for design and test of the Sub-rack is: MIL-STD-810 E, NATO STANAG 4340,

MIL-STD-2073, MIL-STD-794, MIL-C-4150J ASTM-D 1008-64 METHOD, FTMS-101 C, MIL-STD-1472,

MIL-STD-210C, ATA300, ASTM D 4976-89, PE223.

Each Sub-rack shall be able to be closed with four locks.

The Sub-racks shall be stackable.

The external of the Sub-rack shall be compliant with the standard (I.E. PE Group2, Class2, Grade3).

The UPS Sub-rack solution shall be rugged and compliant with the standard: EN 50091-1 and EN 50091-

2 .

Sub-rack should be built by rotomolding process, using low density polyethylene.

Sub-rack will be made of 3 elements: 2 lids and a base, provided with a silicon o-ring, with no memory

effect, fitted between base and lid to reach desired water/dust/weathering proof level.

Its must be equipped with Aircraft-quality Aluminum frame 6061-T6 with a maximum depth within 800mm

and 850mm and suspended with elastomeric shock mounts to protect delicate unit (fragility rating 15-30).

Only during the tranportation phase the blades will travel in separate rugged case.

The picture below shows an example of rugged case for implementation of Sub-racks.

The Transportable Data Centre shall have the following configuration:

Page 114: Subject: INVITATION FOR BIDS IFB-CO-14059-ITA … UNCLASSIFIED NCIA/ACQ/2015/1209 NATO UNCLASSIFIED III Distribution List for IFB-CO-14059-ITA Prospective Bidders (sent separately

NATO UNCLASSIFIED Annex A to SOW

IFB-CO-14059-ITA

NATO UNCLASSIFIED

Page 12/31

Transportable Data Centre Sub-racks Technical Specifications

SOW Ref Description Q.ty

3.1 Network and System Management Sub-rack 1

3.1.1 CISCO Fabric Inerconnect 6248 UP (details in Table 1) 2

3.1.2 CISCO Nexus 5548 UP (details in Table 2) 1

3.1.3 PFE VMWare vCentre Server 5 Standard Edition 1

3.2 Computing Sub-rack 1

3.2.1 Chassis CISCO UCS 5108 or following series (details in Table 3) 1

3.2.2 Blade Server B200 M4 (details in Table 4) 8

3.2.3 Fabric Extender CISCO UCS 2208XP (details in Table 5) 2

3.2.4 PFE VM vSphere 5 Enterprise Edition Plus (*)

3.2.5 Cisco Nexus 1000v Advance Edition (*)

3.3 Storage Sub-rack 1

3.3.1 EMC VNX5200 30Tb overall capacity with 2,5” HDD. The storage array shall

be equipped with: SAS HDD at 10k rpm with RAID 5 protection;

NL-SAS HDD with RAID 6 protection;Hot spare disks in order to save data in

case of failure. (details in Table 6)

1

3.4 Core Switching Sub-Rack 1

3.4.1 Nexus 5548 UP (details in Table 7) 1

3.5 Power distribution and UPS Sub-rack 1 or 2 (**)

3.6 Enviromental Control Units 1

3.7 Transport and Handling accessories (details in Table 15) (**)

3.8 Engineering, cabling and packaging in rugged cases /

(*) The number of provided software licenses shall be in accordance with the maximum computing

capability (Number of CPU) of the Transportble Data Centre.

Page 115: Subject: INVITATION FOR BIDS IFB-CO-14059-ITA … UNCLASSIFIED NCIA/ACQ/2015/1209 NATO UNCLASSIFIED III Distribution List for IFB-CO-14059-ITA Prospective Bidders (sent separately

NATO UNCLASSIFIED Annex A to SOW

IFB-CO-14059-ITA

NATO UNCLASSIFIED

Page 13/31

(**) In accordance with Non Functional Requirements

Page 116: Subject: INVITATION FOR BIDS IFB-CO-14059-ITA … UNCLASSIFIED NCIA/ACQ/2015/1209 NATO UNCLASSIFIED III Distribution List for IFB-CO-14059-ITA Prospective Bidders (sent separately

NATO UNCLASSIFIED Annex A to SOW

IFB-CO-14059-ITA

NATO UNCLASSIFIED

Page 14/31

SOW

Reference

Description Quantity

4 Mini Transportable Data Center (Micro DPoP) 1

Purpose.

To complete the IT infrastrucutre of the JTF HQ components there are Mini Data Center that shall be

able to provide the same services as for the Data Center. The Mini Transportable Data Centre will

provide services up to 150 users. Processing, Storage, Data Backup and Restore, Virtualization,

Management and Security, within the security domains MS, NS and NU. Functional Requirements.

The Mini Transportable Data Centre shall be composed by the following modules implemented as Sub-

racks and according the Building Blocks Architecture shown below:

Backbone IP

NETWORKING AND SYSTEM MANAGEMENT

SUB-RACK

STORAGE SUB-RACK

POWER DISTRIBUTION AND UPS SUB-RACK

PWR

MINI TRANSPORTABLE DATA CENTRE

ENVIROMENTAL CONTRO UNIT

CORE SWITCHING SUB-RACK

PWR

10 Gb E

COMPUTING SUB-RACK

10Gb E 10Gb FCoE

10 Gb FCoE

UPS

Figure 4 Mini Data Centre Block diagram

The hardware and software platforms of Mini Transportable Data Centre shall have the CISCO Blade

5108 technology baseline, in order to be fully compliant with the current CIS architecture of the

Permanent Head Quarters (PHQ) of NRDC-ITA.

The provisioned Mini Transportable Data Centre (and related subsystems) shall be equipped with any

cables (pwr, data), pipes (cooling), ancillary and accessories necessary to satisfy the operational use of

the systems.

Description of the Sub-racks.

Page 117: Subject: INVITATION FOR BIDS IFB-CO-14059-ITA … UNCLASSIFIED NCIA/ACQ/2015/1209 NATO UNCLASSIFIED III Distribution List for IFB-CO-14059-ITA Prospective Bidders (sent separately

NATO UNCLASSIFIED Annex A to SOW

IFB-CO-14059-ITA

NATO UNCLASSIFIED

Page 15/31

Network and System Management Sub-rack - the module hosts all the equipment providing:

o Layer 2 connectivity between all LAN (Local Area Network) components and connectivity with the

SAN (Storage Area Network) internal to the TDC

o Layer 3 conectivity toward the external TDC enviroment and within the TDC components (servers

and storage array);

o Management Services for management and control of all layers and services within the CIS

infrastructure.

o Redundancy and the reliability of the connectivity LAN and SAN.

The connectivity between the Networking and System Management Sub-rack and Computing Sub-

rack shall be Ethernet 10Gbps Fiber Optic FCoE with redundancy.

The connectivity between the Networking and System Management Sub-rack and Storage Sub-rack

shall be Ethernet 10Gbps Fiber Optic FCoE with redundancy.

Within the Networking and System Management Sub-rack each Fabric Interconnect module shall be

connected with links 10Gbps Ethernet for LAN traffic and 8 Gbps for SAN traffic.

Computing Sub-rack – the module hosts all the equipment providing processing power (CPU,

Memory), the connectivity within the computing subrack and toward the Network and System

Management Sub-rack.

Storage Sub-rack – the module shall host the storage array providing:

o Storage array capability in Fibre Channel technology;

o 10 TB storage capacity based on SAS and NL-SAS disks;

o Expandable storge capability and full redundancy.

Core Switching Sub-rack – the module provides the connectivity to the Backbone distibution

switches or to other core switches. It will operates up to 10 Gigabit Ethernet, Fibre Channel, offering

up to 960 Gbps of throughput and up to 48 ports.

Power distribution and UPS Sub-rack - the module will host the UPSs (Uninteruptable Power

Systems) in order to garantee the distribution of the power to the Storage, Computing and

Management and Core Switching modules. The Sub-Rack will also guarantee:

o The distribution of nominal output voltage 230 Vac, 50 Hz in case of the Data Centre is working

with 4 blade servers ( expected maximum capability of computing)

o Autonomy of 20 minutes, as minimum, in case of external energy cut-off, with Data Centre fully

loaded.

o Fast recharging of the batteries.

Enviromental Control Unit Sub-rack – the module shall provide stable temperature and humidity

for each Storage, Computing, Management, Core Switching and Power & UPS modules. The ECU

Sub-rack shall make the Transportable Data Centre able to operate with external temperature within

the range: -15 up to +50 C. The ECU performance shall be also granteed when the Mini

Transportable Data Centre is working with 4 blade servers ( maximum capability of computing)

Page 118: Subject: INVITATION FOR BIDS IFB-CO-14059-ITA … UNCLASSIFIED NCIA/ACQ/2015/1209 NATO UNCLASSIFIED III Distribution List for IFB-CO-14059-ITA Prospective Bidders (sent separately

NATO UNCLASSIFIED Annex A to SOW

IFB-CO-14059-ITA

NATO UNCLASSIFIED

Page 16/31

o The air conditioning shall be non water-chiller;

o Shall be included in one or more rugged case.

o The Unit shall be able to guarantee air filtering and the cooling circulation shall be separated by

the external enviroment.

The Mini Transportable Data Centre shall be enginereed and provided with any Transport and Handling

accessories in accordance with the following Non-Functional Requirements

Non-Functional requirements.

The weight of each sub-rack shall shall not exceed 100 kg

Each module shall be able to be lifted and carried by four people.

The reference standard for design and test of the Sub-rack is: MIL-STD-810 E, NATO STANAG 4340,

MIL-STD-2073, MIL-STD-794, MIL-C-4150J ASTM-D 1008-64 METHOD, FTMS-101 C, MIL-STD-1472,

MIL-STD-210C, ATA300, ASTM D 4976-89, PE223.

Each Sub-rack shall be able to closed with four locks.

The Sub-racks shall be stackable.

The external of the Sub-rack shall be compliant with the standard (I.E. PE Group2, Class2, Grade3).

The UPS Sub-rack solution shall be rugged and compliant with the standard: EN 50091-1 and EN 50091-

2 .

Sub-rack should be built by rotomolding process, using low density polyethylene.

Sub-rack will be made of 3 elements: 2 lids and a base, provided with a silicon o-ring, with no memory

effect, fitted between base and lid to reach desired water/dust/weathering proof level.

Its must be equipped with Aircraft-quality Aluminum frame 6061-T6 with a maximum depth within 800mm

and 850mm and suspended with elastomeric shock mounts to protect delicate unit (fragility rating 15-30).

Only during the tranportation phase the blades will travel in separate rugged case.

The picture below shows an example of rugged case for implementation of Sub-racks.

Mini Transportable Data Centre Sub-racks Technical Specifications

Page 119: Subject: INVITATION FOR BIDS IFB-CO-14059-ITA … UNCLASSIFIED NCIA/ACQ/2015/1209 NATO UNCLASSIFIED III Distribution List for IFB-CO-14059-ITA Prospective Bidders (sent separately

NATO UNCLASSIFIED Annex A to SOW

IFB-CO-14059-ITA

NATO UNCLASSIFIED

Page 17/31

SOW Ref Description Q.ty

4.1 Network and System Management Sub-rack 1

4.1.1 CISCO Fabric Inerconnect 6248 UP(details in Table 8) 2

4.1.2 CISCO Nexus 5548 UP (details in table 9) 2

4.1.3 PFE VMWare vCentre Server 5 Standard Edition 1

4.2 Computing Sub-rack 1

4.2.1 Chassis CISCO UCS 5108 or following series. (details in Table 10). 1

4.2.2 Blade Server CISCO B200 M4 with 2 CPU, 8 Core, 96GB RAM (details in

Table 11)

4

4.2.3 Fabric Extender CISCO UCS 2208XP (details in Table 12) 2

4.2.4 PFE VM vSphere 5 Enterprise Edition Plus (*)

4.2.5 Cisco Nexus 1000v Advance Edition (*)

4.3 Storage Sub-rack 1

4.3.1 Storage EMC VNX5200 (10 TB) overall capacity with 2,5” HDD. The storage

array shall be equipped with: SAS HDD at 10k rpm with RAID 5 protection; NL-

SAS HDD with RAID 6 protection; Hot spare disks in order to save data in case

of failure (details in Table 13).

1

4.4 Core Switching Sub-Rack 1

4.4.1 Nexus 5548 UP (details in Table 14) 1

4.4 Power distribution and UPS Sub-rack 1 or 2

(**)

4.5 Enviromental Control Units 1

4.6 Transport and Handling accessories (details in Table 15) (**)

4.7 Engineering, cabling and packaging in rugged cases (**) /

(*) The number of provided software licenses shall be in accordance with the maximum

computing capability (Number of CPU) of the Transportble Data Centre.

(**) In accordance with Requirements

Page 120: Subject: INVITATION FOR BIDS IFB-CO-14059-ITA … UNCLASSIFIED NCIA/ACQ/2015/1209 NATO UNCLASSIFIED III Distribution List for IFB-CO-14059-ITA Prospective Bidders (sent separately

NATO UNCLASSIFIED Annex A to SOW

IFB-CO-14059-ITA

NATO UNCLASSIFIED

Page 18/31

SOW

Reference

Description Quantity

5 VoIP CISCO Communication Set 1

Purpose.

The purpose of the set is to provide for JTF HQ organizational deployed components, the

communication services within the operational domains (MS, NS and NU). Also the commercial voice

telephones will be implemented via call routing over the NU voice services (NCN) as done in the NATO

static voice network.

VoIP CISCO Communication Set Technical Specifications

SOW Ref. Description Q.ty

5.1 VoIP CISCO Phones Unified IP Mod 9951 equipped with VTC camera

(details in Table 16)

50

5.2 VoIP CISCO Phones Unified IP Mod 7962G (details in table 17) 500

5.3 CISCO VoIP Management Software: Cisco Unified Communications

Manager (CUCM) Cisco Management Software and traffic control,

supporting 16 Working Areas. (details in Table 18)

1

5.4 CISCO VoIP Licenses: Cisco Unified Workspace License (CUCL) Cisco

Management Software linked to each device. This software license let each

CISCO IP Phone be able to access all CUCM features available:

50 CUCL Enanched PLUS

500 CUCL Enanched

550

5.5 Stack Switches CISCO 3850-48P-S PoE IP Base (details in table 19). 12

(4x3stacks)

5.6 Transport and Handling accessories: shipping cases able to contain

VoIP phones and related accessories up to maximum 25 kg capacity for

each fully loaded case.

As needed

Page 121: Subject: INVITATION FOR BIDS IFB-CO-14059-ITA … UNCLASSIFIED NCIA/ACQ/2015/1209 NATO UNCLASSIFIED III Distribution List for IFB-CO-14059-ITA Prospective Bidders (sent separately

NATO UNCLASSIFIED Annex A to SOW

IFB-CO-14059-ITA

NATO UNCLASSIFIED

Page 19/31

SOW

Reference

Description Quantity

6 End user appliances (Laptop & Printers) Kit 1

Purpose.

All end users of the deployed organizational components of the JTF HQ will access to the core and

functional services within the operational security domains.

Laptop & Printers Technical Specifications

SOW Ref. Description Q.ty

6.1 Laptop Dell Latitude Precision M6800 with the following minimum HW

features:

- Cpu Intel Core i7,

- 8GB Ram DDR3,

- Graphic N-vidia with 4 Gb DDR5,

- Hard Disk 1TB,

- display 17” HD

- S.O. : NO

- Ethernet + WiFi

50 Laptop with DVD +/- RW;

250 Laptop without DVD ROM

300

6.2 Network Multifunction Printers with the following features:

1.200x1.200 dpi,>40ppm B&W, duplex print.

40

6.4 Transport and Handling accessories: shipping cases able to contain at

least 6 laptop and related accessories and anyway with maximum 25kg

capacity for each fully loaded case.

As needed

SOW

Reference

Description Q.ty

7 Set of Active Networking Devices (Switches) 1

Purpose.

The network infrastructure, for the deployable JTF HQ shall be hierachical, highly reliable, scalable and

fully compliant with NATO security standard, the Access Switches will allow the connection of the clients

nodes, such us workstations, VoIP phones and printers to the networks.

Active Networking Devices (Switches) Technical Specifications

SOW Ref. Description Q.ty

7.1 Access Switches CISCO 3850 24 Port GE SFP IP Base (details in Table

20)

6

Page 122: Subject: INVITATION FOR BIDS IFB-CO-14059-ITA … UNCLASSIFIED NCIA/ACQ/2015/1209 NATO UNCLASSIFIED III Distribution List for IFB-CO-14059-ITA Prospective Bidders (sent separately

NATO UNCLASSIFIED Annex A to SOW

IFB-CO-14059-ITA

NATO UNCLASSIFIED

Page 20/31

Page 123: Subject: INVITATION FOR BIDS IFB-CO-14059-ITA … UNCLASSIFIED NCIA/ACQ/2015/1209 NATO UNCLASSIFIED III Distribution List for IFB-CO-14059-ITA Prospective Bidders (sent separately

NATO UNCLASSIFIED Annex A to SOW

IFB-CO-14059-ITA

NATO UNCLASSIFIED

Page 21/31

SOW

Reference

Description Quantity

8 Firewalls (Network Security Systems ) 2

Purpose.

In order to support the ‘Self Protecting Node’ concept, firewalls shall be installed on the NRDC-ITA

security domains and on large nodes of the JTF HQ deployed component (PHQ, JTF HQ, JLSG, etc..).

The firewalls will be configured in a resilient manner and will be installed after the cryptos in order to

allow for inspection of the decrypted traffic and shall be centrally managed. The firewall shall guarantee

secure connectivity, intrusion prevention system (IPS) and high performance and robust web security.

Functional Requirements:

- IPS

- VPN

- Remote access

- Secure Connectivity

- High Performance

- Mission Critical configuration

Firewalls Technical Specifications

SOW Ref Description Q.ty

8.1 Firewall CISCO ASA 5585-X with integrated IPS SSP 20 and with the fllowing

features:

RAM ( Max ):12 GB;

Flash Memory (Max):2 GB;

Ports:8;

Data Link Protocol: Ethernet, Fast Ethernet, Gigabit Ethernet;

Throughput (stateful inspection technology): 10 Gbps

Throughput stateful inspection (multiprotocol):5 Gbps

Throughput IPS (multiprotocol): 3 Gbps (con IPS SSP-20)

Throughput VPN 3DES/AES: 2 Gbps

Connections per sec:125000

Power AC 120/230 V ( 50/60 Hz ) – with a redundant power supply.

2

Page 124: Subject: INVITATION FOR BIDS IFB-CO-14059-ITA … UNCLASSIFIED NCIA/ACQ/2015/1209 NATO UNCLASSIFIED III Distribution List for IFB-CO-14059-ITA Prospective Bidders (sent separately

NATO UNCLASSIFIED Annex A to SOW

IFB-CO-14059-ITA

NATO UNCLASSIFIED

Page 22/31

Page 125: Subject: INVITATION FOR BIDS IFB-CO-14059-ITA … UNCLASSIFIED NCIA/ACQ/2015/1209 NATO UNCLASSIFIED III Distribution List for IFB-CO-14059-ITA Prospective Bidders (sent separately

NATO UNCLASSIFIED Annex A to SOW

IFB-CO-14059-ITA

NATO UNCLASSIFIED

Page 23/31

SOW

Reference

Description Q.ty

9 LIST OF SPARE PARTS

Description.

Below there is the list of the spare parts for each set of items in the scope.

The technical specifications of the spare parts shall be the same as for the items listed above.

The initial quantities of the spare parts is 0 (zero). The consolidated quantity of parts to be procured will be in

accordance with the list of spare parts proposed by the Contractor and the savings after the assessment of the

overall costs. The list of spare parts below can be modified by the contractor if needed.

9.1 Spare parts for CIS OLRT Equipment Set

9.1.1 Black Voice Phones 0

9.1.2 BGanTransceiver Explore700 0

9.1.2 Black Router 0

9.1.3 Red Router 0

9.2 Spare parts for TDC and MTDC Sub System

9.2.1 TDC - Network and System Management Sub-rack

9.2.1.1 CISCO Fabric Inerconnect 6248 UP 0

9.2.1.2 CISCO Nexus 5548 UP 0

9.2.2 TDC - Computing Sub-rack

9.2.2.1 Chassis CISCO UCS 5108 0

9.2.2.2 Blade Server CISCO B200 M4 0

9.2.2.3 Fabric Extender CISCO UCS 2204XP 0

9.2.3 TDC - Storage Sub-rack

9.2.3.1 Storage EMC VNX5200 (30 TB) 0

9.2.4 MTDC - Network and System Management Sub-rack

9.2.4.1 CISCO Fabric Inerconnect 6248 UP 0

9.2.4.2 CISCO Nexus 5548 UP 0

9.2.5 MTDC - Computing Sub-rack

9.2.5.1 Chassis CISCO UCS 5108 0

9.2.5.2 Blade Server CISCO B200 M4 0

9.2.5.3 Fabric Extender CISCO UCS 2204XP 0

9.2.6 MTCD - Storage Sub-rack

9.2.6.1 Storage EMC VNX5200 (10 TB) 0

9.3 Spare parts for VoIP CISCO Communication Set

9.3.1 Stack Switches CISCO 3850-48P-S PoE IP Base 0

9.4 Spare parts of Active Networking Devices (Switches)

9.4.1 CISCO 3850-24S-S 0

Page 126: Subject: INVITATION FOR BIDS IFB-CO-14059-ITA … UNCLASSIFIED NCIA/ACQ/2015/1209 NATO UNCLASSIFIED III Distribution List for IFB-CO-14059-ITA Prospective Bidders (sent separately

NATO UNCLASSIFIED Annex A to SOW

IFB-CO-14059-ITA

NATO UNCLASSIFIED

Page 24/31

Page 127: Subject: INVITATION FOR BIDS IFB-CO-14059-ITA … UNCLASSIFIED NCIA/ACQ/2015/1209 NATO UNCLASSIFIED III Distribution List for IFB-CO-14059-ITA Prospective Bidders (sent separately

NATO UNCLASSIFIED Annex A to SOW

IFB-CO-14059-ITA

NATO UNCLASSIFIED

Page 25/31

CIS EQUIPMENT DETAILED TECHNICAL SPECIFICATION

CIS Equipment Sub System SOW Ref

Transportable Data Centre Network and System Management Sub-rack

TABLE 1 CISCO Fabric Inerconnect 6248 UP 3.1.1

Item Description Quantity

UCS-FI-6248UP UCS 6248UP 1RU Fabric Int/No PSU/32 UP/ 12p LIC 2

DS-SFP-FC8G-SW 8 Gbps Fibre Channel SW SFP+, LC 4

UCS-ACC-6248UP UCS 6248UP Chassis Accessory Kit 2

UCS-PSU-6248UP-AC UCS 6248UP Power Supply/100-240VAC 4

N10-MGT012 UCS Manager v2.2 2

UCS-BLKE-6200 UCS 6200 Series Expansion Module Blank 2

UCS-FAN-6248UP UCS 6248UP Fan Module 4

UCS-FI-DL2 UCS 6248 Layer 2 Daughter Card 2

CAB-9K10A-IT Power Cord, 250VAC 10A CEI 23-16/VII Plug, Italy 4

SFP-10G-SR-X= 10GBASE-SR SFP Module for Extended Temp range 8

TABLE 2 CISCO Nexus 5548 UP 3.1.2

Item Description Quantity

N5K-C5548UP-FA Nexus 5548 UP Chassis 32 10GbE Ports 2 PS 2 Fans 2

N55-M-BLNK Nexus 5500 Module Blank Cover 2

N5548-ACC-KIT Nexus 5548 Chassis Accessory Kit 2

N55-PAC-750W Nexus 5500 PS 750W Front to Back Airflow 4

N55-D160L3-V2 Nexus 5548 Layer 3 Daughter Card Version 2 2

DS-SFP-FC8G-SW 8 Gbps Fibre Channel SW SFP+ LC 8

GLC-SX-MMD 1000BASE-SX SFP transceiver module MMF 850nm DOM 8

N55-8P-SSK9 Nexus 5500 Storage License 8 Ports 2

N55-BAS1K9 Layer 3 Base License for Nexus 5500 Platform 2

N5KUK9-702N1.1 Nexus 5500 Base OS Software Rel 7.0(2)N1(1) 2

CAB-9K10A-IT Power Cord 250VAC 10A CEI 23-16/VII Plug Italy 4

N5548P-FAN Nexus 5548P Fan Module 4

SFP-10G-SR-X= 10GBASE-SR SFP Module for Extended Temp range 10

Transportable Data Centre Computing Sub-rack SOW Ref

TABLE 3 Chassis CISCO UCS 5108 3.2.1

Item Description Quantity

N20-Z0001 Cisco Unified Computing System 1

N20-FW012 UCS Blade Server Chassis FW Package 2.2 1

UCSB-5108-PKG-HW UCS 5108 Packaging for chassis with half width blades. 1

UCSB-5108-AC2 UCS 5108 Blade Server AC2 Chassis 0 PSU/8 fans/0 FEX 1

N20-CBLKB1 Blade slot blanking panel for UCS 5108/single slot 4

N20-CAK Accessory kit for UCS 5108 Blade Server Chassis 1

Page 128: Subject: INVITATION FOR BIDS IFB-CO-14059-ITA … UNCLASSIFIED NCIA/ACQ/2015/1209 NATO UNCLASSIFIED III Distribution List for IFB-CO-14059-ITA Prospective Bidders (sent separately

NATO UNCLASSIFIED Annex A to SOW

IFB-CO-14059-ITA

NATO UNCLASSIFIED

Page 26/31

N01-UAC1 Single phase AC power module for UCS 5108 1

N20-FAN5 Fan module for UCS 5108 8

UCSB-PSU-2500ACDV 2500W Platinum AC Hot Plug Power Supply - DV 4

CAB-C2316-C19-IT CEI 23-16 to IEC-C19 14ft Italy 4

SFP-10G-SR-X= 10GBASE-SR SFP Module for Extended Temp range 4

TABLE 4 Blade Server CISCO B200 M4 3.2.2

Item Description Quantity

UCSB-B200-M4 UCS B200 M4 w/o CPU, mem, drive bays, HDD, mezz 8

UCS-CPU-E52640D 2.60 GHz E5-2640 v3/90W 8C/20MB Cache/DDR4 1866MHz 16

UCS-MR-1X162RU-A 16GB DDR4-2133-MHz RDIMM/PC4-17000/dual rank/x4/1.2v 48

A03-D600GA2 600GB 6Gb SAS 10K RPM SFF HDD/hot plug/drive sled mounted 16

UCSB-MRAID12G Cisco FlexStorage 12G SAS RAID controller with Drive bays 8

UCSB-MLOM-40G-01 Cisco UCS VIC 1240 modular LOM for blade servers 8

UCSB-HS-EP-M4-F CPU Heat Sink for UCS B200 M4 Socket 1 (Front) 8

UCSB-HS-EP-M4-R CPU Heat Sink for UCS B200 M4 Socket 2 (Rear) 8

TABLE 5 Fabric Extender CISCO UCS 2204XP 3.2.3

Item Description Quantity

UCS-IOM-2204XP UCS 2204XP I/O Module (4 External, 16 Internal 10Gb Ports) 2

Transportable Data Centre Storage Sub-rack SOW Ref

TABLE 6 Storage EMC VNX5200 (30 TB) 3.3.1

Hardware

Item Description Quantity

VNX52DP62510F VNX5200 DPE 25X2.5" DR-25X600G10K-FLD I 1

VNXB6GSDAE25F VNXB 25X2.5 6G SAS EXP DAE-FIELD INST 2

V4-2S10-600 VNX 600GB 10K SAS 25X2.5 DPE/DAE 8

V4-2S07-010 VNX 1TB NL SAS 25X2.5 DPE/DAE 25

VNX52-KIT VNX5200 Documentation Kit=IC 1

VSPBM8GFFEA VNXB 4 PORT 8G FC IO MODULE PAIR 1

Software

Item Description Quantity

ESRS-GW-200 EMC SECURE REMOTE SUPPORT GATEWAY CLIENT 1

VNXBOECAPTB VNXB OE PER TB HI CAPACITY 25

VNXBOEPERFTB VNXB OE PER TB PERFORMANCE 5

VNXOE-5200 VNX5200 Operating Environment 1

UNISB-VNX5200 VNX5200 Unisphere Block Suite =IC 1

FSTS-VNX5200 VNX5200 FAST Suite=IC 1

Maintenance and Warranty Upgrade

Item Description Quantity

M-ENHSWE-001 ENHANCED SW SUPPORT Includes months 1-24 1

WU-PREHWE-01 PREMIUM HW SUPPORT-WARR UPG 1

Page 129: Subject: INVITATION FOR BIDS IFB-CO-14059-ITA … UNCLASSIFIED NCIA/ACQ/2015/1209 NATO UNCLASSIFIED III Distribution List for IFB-CO-14059-ITA Prospective Bidders (sent separately

NATO UNCLASSIFIED Annex A to SOW

IFB-CO-14059-ITA

NATO UNCLASSIFIED

Page 27/31

PS-BAS-INVNX VNX INSTALLATION BoE Complete : YES 1

Transportable Data Centre Core Switching Subrack SOW Ref

TABLE 7 CISCO Nexus 5548 UP 3.4.1

Item Description Quantity

N5K-C5548UP-FA Nexus 5548 UP Chassis 32 10GbE Ports 2 PS 2 Fans 1

N55-M-BLNK Nexus 5500 Module Blank Cover 1

N5548-ACC-KIT Nexus 5548 Chassis Accessory Kit 1

N55-PAC-750W Nexus 5500 PS 750W Front to Back Airflow 2

N55-D160L3-V2 Nexus 5548 Layer 3 Daughter Card Version 2 1

GLC-SX-MMD 1000BASE-SX SFP transceiver module MMF 850nm DOM 6

N55-8P-SSK9 Nexus 5500 Storage License 8 Ports 1

N55-BAS1K9 Layer 3 Base License for Nexus 5500 Platform 1

N5KUK9-702N1.1 Nexus 5500 Base OS Software Rel 7.0(2)N1(1) 1

CAB-9K10A-IT Power Cord 250VAC 10A CEI 23-16/VII Plug Italy 2

N5548P-FAN Nexus 5548P Fan Module 2

SFP-10G-SR-X= 10GBASE-SR SFP Module for Extended Temp range 6

N55-M16P= Nexus 5500 Module 16p 10GE Ethernet/FCoE 1

SFP-10G-SR-X= 10GBASE-SR SFP Module for Extended Temp range 16

Mini Transportable Data Centre

Network and System Management Sub-rack SOW Ref

TABLE 8 CISCO Fabric Inerconnect 6248 UP 4.1.1

Item Description Quantity

UCS-FI-6248UP UCS 6248UP 1RU Fabric Int/No PSU/32 UP/ 12p LIC 2

DS-SFP-FC8G-SW 8 Gbps Fibre Channel SW SFP+, LC 4

UCS-ACC-6248UP UCS 6248UP Chassis Accessory Kit 2

UCS-PSU-6248UP-AC UCS 6248UP Power Supply/100-240VAC 4

N10-MGT012 UCS Manager v2.2 2

UCS-BLKE-6200 UCS 6200 Series Expansion Module Blank 2

UCS-FAN-6248UP UCS 6248UP Fan Module 4

UCS-FI-DL2 UCS 6248 Layer 2 Daughter Card 2

CAB-9K10A-IT Power Cord, 250VAC 10A CEI 23-16/VII Plug, Italy 4

SFP-10G-SR-X= 10GBASE-SR SFP Module for Extended Temp range 8

TABLE 9 CISCO Nexus 5548 UP 4.1.2

Item Description Quantity

N5K-C5548UP-FA Nexus 5548 UP Chassis 32 10GbE Ports 2 PS 2 Fans 2

N55-M-BLNK Nexus 5500 Module Blank Cover 2

N5548-ACC-KIT Nexus 5548 Chassis Accessory Kit 2

N55-PAC-750W Nexus 5500 PS 750W Front to Back Airflow 4

N55-D160L3-V2 Nexus 5548 Layer 3 Daughter Card Version 2 2

Page 130: Subject: INVITATION FOR BIDS IFB-CO-14059-ITA … UNCLASSIFIED NCIA/ACQ/2015/1209 NATO UNCLASSIFIED III Distribution List for IFB-CO-14059-ITA Prospective Bidders (sent separately

NATO UNCLASSIFIED Annex A to SOW

IFB-CO-14059-ITA

NATO UNCLASSIFIED

Page 28/31

DS-SFP-FC8G-SW 8 Gbps Fibre Channel SW SFP+ LC 8

GLC-SX-MMD 1000BASE-SX SFP transceiver module MMF 850nm DOM 8

N55-8P-SSK9 Nexus 5500 Storage License 8 Ports 2

N55-BAS1K9 Layer 3 Base License for Nexus 5500 Platform 2

N5KUK9-702N1.1 Nexus 5500 Base OS Software Rel 7.0(2)N1(1) 2

CAB-9K10A-IT Power Cord 250VAC 10A CEI 23-16/VII Plug Italy 4

N5548P-FAN Nexus 5548P Fan Module 4

SFP-10G-SR-X= 10GBASE-SR SFP Module for Extended Temp range 10

Mini Transportable Data Centre

Computing Sub-rack SOW Ref

TABLE 10 Chassis CISCO UCS 5108 4.2.1

Item Description Quantity

N20-Z0001 Cisco Unified Computing System 1

N20-FW012 UCS Blade Server Chassis FW Package 2.2 1

UCSB-5108-PKG-HW UCS 5108 Packaging for chassis with half width blades. 1

UCSB-5108-AC2 UCS 5108 Blade Server AC2 Chassis 0 PSU/8 fans/0 FEX 1

N20-CBLKB1 Blade slot blanking panel for UCS 5108/single slot 4

N20-CAK Accessory kit for UCS 5108 Blade Server Chassis 1

N01-UAC1 Single phase AC power module for UCS 5108 1

N20-FAN5 Fan module for UCS 5108 8

UCSB-PSU-2500ACDV 2500W Platinum AC Hot Plug Power Supply - DV 4

CAB-C2316-C19-IT CEI 23-16 to IEC-C19 14ft Italy 4

SFP-10G-SR-X= 10GBASE-SR SFP Module for Extended Temp range 4

TABLE 11 Blade Server CISCO B200 M4 4.2.2

Item Description Quantity

UCSB-B200-M4 UCS B200 M4 w/o CPU, mem, drive bays, HDD, mezz 4

UCS-CPU-E52640D 2.60 GHz E5-2640 v3/90W 8C/20MB Cache/DDR4 1866MHz 8

UCS-MR-1X162RU-A 16GB DDR4-2133-MHz RDIMM/PC4-17000/dual rank/x4/1.2v 24

A03-D600GA2 600GB 6Gb SAS 10K RPM SFF HDD/hot plug/drive sled mounted

8

UCSB-MRAID12G Cisco FlexStorage 12G SAS RAID controller with Drive bays 4

UCSB-MLOM-40G-01 Cisco UCS VIC 1240 modular LOM for blade servers 4

UCSB-HS-EP-M4-F CPU Heat Sink for UCS B200 M4 Socket 1 (Front) 4

UCSB-HS-EP-M4-R CPU Heat Sink for UCS B200 M4 Socket 2 (Rear) 4

TABLE 12 Fabric Extender CISCO UCS 2204XP 4.2.3

Item Description Quantity

UCS-IOM-2204XP UCS 2204XP I/O Module (4 External, 16 Internal 10Gb Ports) 2

Mini Transportable Data Centre

Storage Sub-rack SOW Ref

TABLE 13 Storage EMC VNX5200 (10 TB) 4.3.1

Hardware

Page 131: Subject: INVITATION FOR BIDS IFB-CO-14059-ITA … UNCLASSIFIED NCIA/ACQ/2015/1209 NATO UNCLASSIFIED III Distribution List for IFB-CO-14059-ITA Prospective Bidders (sent separately

NATO UNCLASSIFIED Annex A to SOW

IFB-CO-14059-ITA

NATO UNCLASSIFIED

Page 29/31

Item Description Quantity

VNX52DPM1210F VNX5200 DPE 25X2.5" 4-600-8 1TNL-FLD INS 1

V4-2S10-600 VNX 600GB 10K SAS 25X2.5 DPE/DAE 10

V4-2S07-010 VNX 1TB NL SAS 25X2.5 DPE/DAE 1

VNX52-KIT VNX5200 Documentation Kit=IC 1

VSPBM8GFFEA VNXB 4 PORT 8G FC IO MODULE PAIR 1

Software

ESRS-GW-200 EMC SECURE REMOTE SUPPORT GATEWAY CLIENT 1

VNXBOECAPTB VNXB OE PER TB HI CAPACITY 1

VNXBOEPERFTB VNXB OE PER TB PERFORMANCE 6

VNXOE-5200 VNX5200 Operating Environment 1

UNISB-VNX5200 VNX5200 Unisphere Block Suite =IC 1

FSTS-VNX5200 VNX5200 FAST Suite=IC 1

Maintenance and Warranty Upgrade

Item Description Quantity

M-ENHSWE-001 ENHANCED SW SUPPORT Includes months 1-24 1

WU-PREHWE-01 PREMIUM HW SUPPORT-WARR UPG 1

PS-BAS-INVNX VNX INSTALLATION BoE Complete : YES 1

Mini Transportable Data Centre

Core Switching Subrack SOW Ref

TABLE 14 CISCO Nexus 5548 UP 4.4.1

Item Description Quantity

N5K-C5548UP-FA Nexus 5548 UP Chassis 32 10GbE Ports 2 PS 2 Fans 1

N55-M-BLNK Nexus 5500 Module Blank Cover 1

N5548-ACC-KIT Nexus 5548 Chassis Accessory Kit 1

N55-PAC-750W Nexus 5500 PS 750W Front to Back Airflow 2

N55-D160L3-V2 Nexus 5548 Layer 3 Daughter Card Version 2 1

GLC-SX-MMD 1000BASE-SX SFP transceiver module MMF 850nm DOM 6

N55-8P-SSK9 Nexus 5500 Storage License 8 Ports 1

N55-BAS1K9 Layer 3 Base License for Nexus 5500 Platform 1

N5KUK9-702N1.1 Nexus 5500 Base OS Software Rel 7.0(2)N1(1) 1

CAB-9K10A-IT Power Cord 250VAC 10A CEI 23-16/VII Plug Italy 2

N5548P-FAN Nexus 5548P Fan Module 2

SFP-10G-SR-X= 10GBASE-SR SFP Module for Extended Temp range 6

N55-M16P= Nexus 5500 Module 16p 10GE Ethernet/FCoE 1

SFP-10G-SR-X= 10GBASE-SR SFP Module for Extended Temp range 16

TDC and MTDC Transport and Handling Accessories SOW Ref

TABLE 15 Accessories 3.7 and 4.6

Item Description Quantity

Stainless Steel hardware hardware nonreflecting, passivated black; 1

Page 132: Subject: INVITATION FOR BIDS IFB-CO-14059-ITA … UNCLASSIFIED NCIA/ACQ/2015/1209 NATO UNCLASSIFIED III Distribution List for IFB-CO-14059-ITA Prospective Bidders (sent separately

NATO UNCLASSIFIED Annex A to SOW

IFB-CO-14059-ITA

NATO UNCLASSIFIED

Page 30/31

Provided with large metal handles, minimum 4, with following characteristics: Wall recessed (closed position), pulled out with 90° movement (open position), With return spring to get back in closed position. 1

Breather Valve 1

Lockable Cable latches; 1

4”x6” Cardholder 1

Coupling Catches 1

3.5" Casters lockable wheels and Caster Store-in-lid kit 1

Horizontal side support and Adjustable Vertical Upright 1

Stainless Steel lift grips (tie down rings), set 4 1

Package of 50 panel screws 1

22 X 16 Storage Pouch 1

Lid hanger 1

VoIP CISCO Communication Set SOW Ref

TABLE 16 VoIP CISCO Phones Unified IP Mod 9951 equipped with VTC camera

5.1

Item Description Quantity

CP-9951-C-CAM-K9= Cisco UC Phone 9951 Charcoal Std Hndst with Camera 50

CP-PWR-CUBE-4= IP Phone power transformer for the 89/9900 phone series 0

CP-PWR-CORD-CE= Power Cord Central Europe 0

TABLE 17 VoIP CISCO Phones Unified IP Mod 7962G 5.2

Item Description Quantity

CP-7942G= Cisco UC Phone 7942 spare 500

CP-PWR-CUBE-3= IP Phone power transformer for the 7900 phone series 100

CP-PWR-CORD-CE= Power Cord Central Europe 100

TABLE 18 Cisco Unified Communications Manager Session Management Edition

Item Description Quantity

SME-SESSION-LIC Top Level SKU For Session License 1

CON-PSBU-0SESNLIC PSS SWSS UPGRADES Top Level SKU For Session 1

SME-VERS-10.X SME Software Version 10.X 1

LIC-SME-SESSION License - 1 Session 500

CON-PSBU-SMESESS PSS SWSS UPGRADES License - 1 Session 500

SME-RTU SME Right to Use Certificate 1

TABLE 19 Stack Switches CISCO 3850-48P-S PoE IP Base 5.5

Item Description Quantity

WS-C3850-48P-S Cisco Catalyst 3850 48 Port PoE IP Base 12

CAB-TA-IT Italy AC Type A Power Cable 24

PWR-C1-1100WAC/2 1100W AC Config 1 Secondary Power Supply 12

C3850-NM-4-1G Cisco Catalyst 3850 4 x 1GE Network Module 12

S3850UK9-37E CAT3850 Universal k9 image 12

STACK-T1-50CM 50CM Type 1 Stacking Cable 12

CAB-SPWR-30CM Catalyst 3750X and 3850 Stack Power Cable 30 CM 12

Page 133: Subject: INVITATION FOR BIDS IFB-CO-14059-ITA … UNCLASSIFIED NCIA/ACQ/2015/1209 NATO UNCLASSIFIED III Distribution List for IFB-CO-14059-ITA Prospective Bidders (sent separately

NATO UNCLASSIFIED Annex A to SOW

IFB-CO-14059-ITA

NATO UNCLASSIFIED

Page 31/31

PWR-C1-715WAC 715W AC Config 1 Power Supply 12

GLC-SX-MMD= 1000BASE-SX SFP transceiver module MMF 850nm DOM 24

Switches Active Networking Devices SOW Ref

TABLE 20 Access Switches CISCO 3850-24S-S 7.1

Item Description Quantity

WS-C3850-24S-S Cisco Catalyst 3850 24 Port GE SFP IP Base 6

CAB-TA-IT Italy AC Type A Power Cable 6

PWR-C1-440WDC 440W DC Config 1 Power Supply 6

PWR-C1-350WAC/2 350W AC Config 1 SecondaryPower Supply 6

C3850-NM-2-10G Cisco Catalyst 3850 2 x 10GE Network Module 6

S3850UK9-33SE CAT3850 Universal k9 image 6

STACK-T1-50CM 50CM Type 1 Stacking Cable 6

CAB-SPWR-30CM Catalyst 3750X and 3850 Stack Power Cable 30 CM 6

GLC-SX-MMD= 1000BASE-SX SFP transceiver module MMF 850nm DOM 72

SFP-10G-SR= 10GBASE-SR SFP Module 12

Page 134: Subject: INVITATION FOR BIDS IFB-CO-14059-ITA … UNCLASSIFIED NCIA/ACQ/2015/1209 NATO UNCLASSIFIED III Distribution List for IFB-CO-14059-ITA Prospective Bidders (sent separately

NATO UNCLASSIFIED Annex B to SOW

IFB-CO-14059-ITA

NATO UNCLASSIFIED

ANNEX B – Certifications

The Contractors shall provide proof of the folllowing certifications

Corporate Certifications

Appropriate certifications of CISCO Gold Certified Partner with mandatory Cisco

Certified Multinational Certification

EMC2 Solution Provider Partner –SILVER Level .

VMWare Solution Provided Partner – Enterprise Level.

Appropriate certifications of Cisco Specializations:

Advanced Borderless Network Architecture Specialization or later (Enterprise Network

e Security)

Advanced Collaboration Architecture Specialization,

Advanced Data Centre Architecture Specialization,

Advanced Unified Computing Technology Specialization,

Advanced Unified Fabric Technology Specialization,

IP Next Generations Networks Architecture Specialization,

Master Cloud Builder Specialization,

Cloud Builder-Infrastructure, Management and Services,

- Storage : EMC

- Virtualization : VMware

- Cloud Management : VMware

- Cloud Professional Services

Implementation Team Certifications

CISCO Certified Internetwork Expert,

CISCO Certified Network Professional – Routing and switching

CISCO Certified Network Professional - Security,

CISCO Certified Network Professional – Voice,

CISCO Certified Network Professional – Data Center,

CISCO Unified Computing Design Specialist

CISCO Unified Computing Support Specialist