EMW, Inc. is hiring a

2024-0159 Contractor Support Services for Intelligence (CTS) - FRI 4 Oct UPDATED

The Hague, Netherlands
Contractor

Deadline Date: Friday 4 October 2024 (was Friday 27 September 2024)

Requirement: Contractor Support Services to Enable the NATO Common Intelligence Picture

Location: Off-Site at the Vendors own Premises (as per Facility Security Clearance) no work from home/residential premises.

Note: Please refer to your Subcontract Agreement, article 6.4.1.a, which states “Off-Site Discount: 5% (this discount is applicable to all requirements, and applies when the assigned personnel are permitted to work Off-Site, such as at- home)". Please be sure to price this discount in your overall price proposal when submitting bids against off-site RFQs

Period of Performance: 2024 BASE: As soon as possible not later than 28th October 2024 – 31st December 2024 with possibility to exercise the following options:

2025 Option: 1st January 2025 until 31st December 2025

2026 Option: 1st January 2026 until 31st December 2026

2027 Option: 1st January 2027 until 31st December 2027

2028 Option: 1st January 2028 until 31st December 2028

Start date is as soon as possible but not later than 28th October 2024

Required Security Clearance: NATO COSMIC TOP SECRET

Note: For all Level-of-Effort and Completion-Type requests processed outside of the IWC Value Stream, and for which the contractor will not be reimbursed directly by NCIA for travel expenses, additional travel funding shall be allocated on a Not-to-exceed basis when the yearly Option is exercised.

Bidding Instructions:

 In submitting their bids, bidders shall include in the Technical Proposal the following:

1. Submit CVs of the proposed team, clearly indicating the respective profiles as required by the Statement of work, Section 11.

2. Submit a compliance matrix referring how the candidate(s) meet each of the profile requirements (section 11 of the SOW), justified by relevant project experience.

3 Indicated if the Contractor`s premises possess a valid Facility Security Clearance (FSC), which allows to handle and store NATO SECRET material (Section 10 of the SOW)

4. Proof that Contractor`s Company possess a valid:

- ISO/IEC 27001 Information Security certification

- ISO 9001:2015 standard certification

- TickIT+ certification

 

1 INTRODUCTION

The NATO Intelligence Community requires a common and standardised Intel data visualisation portal that will incorporate existing INTEL Dashboards and INTEL & C2 data layers across the multi-domain NATO Intelligence enterprise. The future data Portal, Dashboards and bespoke visualisation tools will improve collaboration as all users will be able to see the same authoritative data views across the enterprise. Various Intelligence sub-functions will be provided with bespoke dashboards and tools, as needed, to improve the efficiency and effectiveness of Intelligence Requirement Management, Collection Management (IRM&CM) as well as exploitation and collation functions. The NATO Core GIS will provide the core technology for the activities described above. The NATO Core GIS is primarily based on COTS from Esri.

This statement of work (SoW) describes the service to be contracted for supporting the development and implementation of a “NATO Secure Common Multi-Source Unified Intelligence Portal” to be used for visualisation of datasets owned by Intel and potentially other communities such as Targeting. NCI Agency is looking for a set of Subject Matter Experts with vast experience of working in agile teams that possesses solid knowledge in C4ISR/GIS systems.

2 SCOPE OF WORK

The scope of this project is to enable and optimise the NATO Common Intelligence Picture using existing NATO capabilities, primarily the NATO Core GIS (Esri baseline). This will be accomplished, but not limited, by:

- Assessing and documenting the current NATO Intelligence Enterprise (NIE) capabilities

- Identifying operational data and system gaps of the NIE as well as areas for enhancements

- Design and implementation of strategies and solutions to address identified NIE gaps

- Test, validate and document NIE enhancements

- Support creation of a single consolidated Intel data services access portal

- Define, design access to NATO C2 information

- Define, design access to Intel source data

- Define, design functional GIS solutions for various JISR sub-functions as needed

- Define, design and deliver relevant training elements

This SoW is asking for 7 x different profiles (including 4 x sub-profiles). The bidder shall provide key personnel for all profiles and sub-profiles. Under the direction of the NCI Agency Project Manager, the incumbent(s) will perform the duties and by suppling the key personnel for the following activities/functions/profiles:

1. C4ISR Subject Matter Expertise

IT Compliance and best practices (dimension)

Subject Matter Expertise support for the development of a NATO Secure Common Multi Source Unified Intelligence Portal (Common Intelligence Picture) in compliance with the NATO standards and IT best practices with focuses in the following tasks/areas of activity:

  • Oversee holistic system design activities
  • Integration of diverse Intel and C2 data considering NATO ISR and C2 interfaces.
  • Integration of Geospatial data considering NATO Core GIS interfaces.
  • Advice and support on NATO current Intel production and Intel sharing systems/ C4ISR architecture/interoperability from an enterprise perspective.
  • Running technical workshops
  • Coordinate and liaise with NCIA Joint Intelligence Surveillance and Reconnaissance Centre (JISRC) segment engineers and architects.
  • Ensure Implementation of NATO standards and Federated Mission Network (FMN) framework
  • Ensure overall security design according to NATO standards
  • Perform quality assurance activities to ensure technical coherence development and compliance with the under guidance issued by the NCIA technical authority.

2. C4ISR Subject Matter Expert

C4ISR Subject Matter Expert (ISR dimension)

Support for the NATO Secure Common Multi Source Unified Intelligence Portal (Common Intelligence Picture) with C4ISR Subject Matter (ISR dimension) expertise for the execution of the following tasks:

  • Development and implementation of new or modified ISR processes, workflows and tooling in support of the NATO Intelligence Cycle.
  • Support the JISR/Intel cycle deficiency analysis
  • Identify enhancement options of NATO production and intel sharing systems/ architecture/interoperability
  • Support Identification, documentation and registration of authoritative ISR data.
  • Perform tasks in the geospatial data domain for Defence and Intelligence as well as ISR/GEOINT area
  • Support integration of diverse ISR data from complex and disparate data pathways.
  • Run ISR and geospatial workshops
  • Support the operational end user community within NATO in order to identify the most appropriate functional solution. Support the creation of a harmonised NATO & BICES production and Intel sharing systems/architecture.

3. C4ISR Subject Matter Expert (C2 dimension)

Support for the NATO Secure Common Multi Source Unified Intelligence Portal (Common Intelligence Picture) C4ISR (C2 dimension) Subject Matter expertise for the execution of the following tasks:

  • Support to define the current C4ISR (C2 dimension) systems and data landscape
  • Support identification of relevant C2 information services for JISR and Intelligence
  • Support NATO C2 data/system /architecture/interoperability assessments
  • Support integration of diverse C2 data from complex and disparate data pathways.
  • Run C2 data services related workshops in a defence context.
  • Provide knowledge and practical experience to improve C2 data workflows/interoperability.
  • Development and implementation of interoperability solutions for C2 data access, registration, documentation and visualisation to be utilised by INTEL operators.

4. Esri platform - Subject Matter Expert(s)

Support for the NATO Secure Common Multi Source Unified Intelligence Portal (Common Intelligence Picture) by Esri platform SME for the execution of the following tasks (2 profiles):

  • Data/Services design, development and integration within the Esri platform and other JISR systems.
  • Integration of diverse C4ISR data from complex and disparate pathways.
  • Registration of authoritative C4ISR data in an Esri based portal environment.
  • Perform complex C4ISR data visualisation and analysis using the Esri platform in an enterprise environment.
  • Creation of easy to use and adaptable user interfaces, including dashboards.
  • Perform Geospatial data selection, analysis and publication (including complex geospatial analysis services)
  • Perform python scripting as needed.
  • Develop of ISR/GEOINT capabilities using the Esri SW suit.
  • Develop customised solutions in order to fulfil specific ISR end users requirements.
  • Run workshops.

5. Training design and delivery - Subject Matter Expert

Support for the NATO Secure Common Multi Source Unified Intelligence Portal (Common Intelligence Picture) for the execution of tasks in the area Training design and delivery:

  • Development JISR/GEOINT training design and Training Needs Analysis (TNA)
  • Support for the definition of training scope, training frameworks (class room/video based, etc.)
  • Design, development and delivery of NATO GEOINT training.
  • Delivery of JISR/GEOINT customised training packages
  • Provide classroom training, if necessary.
  • Support continuous training enhancements.

6. Project/Management/Support-Coordination

Support for the NATO Secure Common Multi Source Unified Intelligence Portal (Common Intelligence Picture) NCI Agency PM on Project /Management/Support-Coordination (3 profiles), for the execution of the following tasks

  • Preparing/attending NATO stakeholder meetings
  • Maintain project plan
  • Support to documentation, incl. preparation of high quality presentations
  • Act a main PoC of the contractor support team for the NCI Agency PM
  • Plan and Orchestrate the activities of the various contractors provided in relation to goals defined by SPRINTS
  • Support and document SPRINT events
  • Support project reporting
  • Support maintenance of risk and issue logs
  • Support requirements management/prioritisation
  • Coordination/communication with NATO commands as requested by the NCI Agency PM

7. Operational Governance

  • Preparing/attending NATO stakeholder requirements meetings
  • Support to requirements documentation, incl. preparation of high quality presentations
  • Systematically assess the NATO Intelligence enterprise capabilities and identify shortfalls
  • Develop (functional) proposals on how to optimise certain intelligence functions/processes/workflows based on existing capabilities.
  • Maintain a task log of all requested capability/workflow changes authorised.
  • Coordinate with the technical and Esri SME on solution design.
  • Support maintenance of risk and issue logs
  • Support requirements management/prioritisation process
  • Coordinate closely with the NCIA JISR Operational Assurance staff
  • Coordination/communication with NATO commands as requested by the NCI Agency PM

All required roles shall be provided by a single company as a bundle.

The Contractor will provide the service using an Agile and iterative approach using weekly SPRINTS. They can be multiple weekly SPRINTS running simultaneously. The NCI Agency Project Manager and the Contractor will set the content and scope of each sprint at the sprint-planning meeting. Detailed instructions on this are defined in Section 5 of this document under Coordination and Reporting

3 ROLES AND RESPONSIBILITIES

The Service shall be conducted in close collaboration between the Contractor and NCI Agency JISRC-GeoMetOc Services Branch as described below:

NCI Agency: JISRC-GeoMetOc Services Branch Project lead and main stakeholder

Contractor: To provide deliverables identified above

4 DELIVERABLES AND PAYMENT MILESTONES

Detailed resource assessments will be agreed during each SPRINT meeting as set out in Section 5.

The following deliverables are expected from the service as set in this statement of work:

Deliverable: Ten (10) sprints Combined multi activity Support to the NATO Secure Common Multi Source Unified Intelligence Portal

Payment Milestones: Payment Milestones will be end of the month for all the Sprints completed and accepted within the respective month

The NCIA team reserves the possibility to exercise a number of SPRINTS, based on the same sprint deliverable timeframe and cost at a later time, depending on the project priorities and requirements.

Payments shall be dependent upon the successful acceptance of each SPRINT and the validation as set out under Section 5. This will follow the payment milestones that shall include a completed Delivery Acceptance Sheet (DAS) – (Annex B) including the EBA Receipt number as covered in Section 5.

All Invoices shall be accompanied with a Delivery Acceptance Sheet (DAS) – (Annex B) signed by the Contractor and project authority.

Each sprint is a duration of one week. The content and scope of each sprint will be agreed during the sprint-planning meetings as covered in Section 5. Each payment milestone cycle is planned for a duration of one (1) calendar month. As set out in this table: Upon completion and validation of each sprint and at the end of the monthly milestone, all completed SPRINTS can be submitted for payment as covered in the above.

2025 OPTION: 01 January 2025 to 31 December 2025:

Deliverable: Up to 76 sprints

Payment Milestones: Payment Milestones will be end of the month for all the Sprints completed and accepted within the respective month

The NCIA team reserves the possibility to exercise a number of SPRINTS, based on the same sprint deliverable timeframe and cost at a later time, depending on the project priorities and requirements.

Payments shall be dependent upon the successful acceptance of each SPRINT and the validation as set out under Section 5. This will follow the payment milestones that shall include a completed Delivery Acceptance Sheet (DAS) – (Annex B) including the EBA Receipt number as covered in Section 5.

All Invoices shall be accompanied with a Delivery Acceptance Sheet (DAS) – (Annex B) signed by the Contractor and project authority.

Each sprint is a duration of one week. The content and scope of each sprint will be agreed during the sprint-planning meetings as covered in Section 5. Each payment milestone cycle is planned for a duration of one (1) calendar month. As set out in this table: Upon completion and validation of each sprint and at the end of the monthly milestone, all completed SPRINTS can be submitted for payment as covered in the above.

2026 OPTION: 01 January 2026 to 31 December 2026:

Deliverable: Up to 76 sprints

Payment Milestones: Payment Milestones will be end of the month for all the Sprints completed and accepted within the respective month

The NCIA team reserves the possibility to exercise a number of SPRINTS, based on the same sprint deliverable timeframe and cost at a later time, depending on the project priorities and requirements.

Payments shall be dependent upon the successful acceptance of each SPRINT and the validation as set out under Section 5. This will follow the payment milestones that shall include a completed Delivery Acceptance Sheet (DAS) – (Annex B) including the EBA Receipt number as covered in Section 5.

All Invoices shall be accompanied with a Delivery Acceptance Sheet (DAS) – (Annex B) signed by the Contractor and project authority.

Each sprint is a duration of one week. The content and scope of each sprint will be agreed during the sprint-planning meetings as covered in Section 5. Each payment milestone cycle is planned for a duration of one (1) calendar month. As set out in this table: Upon completion and validation of each sprint and at the end of the monthly milestone, all completed SPRINTS can be submitted for payment as covered in the above.

2027 OPTION: 01 January 2027 to 31 December 2027:

Deliverable: Up to 76 sprints

Payment Milestones: Payment Milestones will be end of the month for all the Sprints completed and accepted within the respective month

The NCIA team reserves the possibility to exercise a number of SPRINTS, based on the same sprint deliverable timeframe and cost at a later time, depending on the project priorities and requirements.

Payments shall be dependent upon the successful acceptance of each SPRINT and the validation as set out under Section 5. This will follow the payment milestones that shall include a completed Delivery Acceptance Sheet (DAS) – (Annex B) including the EBA Receipt number as covered in Section 5.

All Invoices shall be accompanied with a Delivery Acceptance Sheet (DAS) – (Annex B) signed by the Contractor and project authority.

Each sprint is a duration of one week. The content and scope of each sprint will be agreed during the sprint-planning meetings as covered in Section 5. Each payment milestone cycle is planned for a duration of one (1) calendar month. As set out in this table: Upon completion and validation of each sprint and at the end of the monthly milestone, all completed SPRINTS can be submitted for payment as covered in the above.

2028 OPTION: 01 January 2028 to 31 December 2028:

Deliverable: Up to 76 sprints

Payment Milestones: Payment Milestones will be end of the month for all the Sprints completed and accepted within the respective month

The NCIA team reserves the possibility to exercise a number of SPRINTS, based on the same sprint deliverable timeframe and cost at a later time, depending on the project priorities and requirements.

Payments shall be dependent upon the successful acceptance of each SPRINT and the validation as set out under Section 5. This will follow the payment milestones that shall include a completed Delivery Acceptance Sheet (DAS) – (Annex B) including the EBA Receipt number as covered in Section 5.

All Invoices shall be accompanied with a Delivery Acceptance Sheet (DAS) – (Annex B) signed by the Contractor and project authority.

Each sprint is a duration of one week. The content and scope of each sprint will be agreed during the sprint-planning meetings as covered in Section 5. Each payment milestone cycle is planned for a duration of one (1) calendar month. As set out in this table: Upon completion and validation of each sprint and at the end of the monthly milestone, all completed SPRINTS can be submitted for payment as covered in the above.

5 COORDINATION AND REPORTING

Due to the AGILE approach of this project, there is a need to define a set of specific arrangements between the NCI Agency and the contractor that specifically defines the deliverables to be provided for each sprint as well as their associated acceptance criteria.

Each sprint is a duration of one week. The content and scope of each sprint will be agreed during the sprint-planning meetings as covered in this Section

This includes sprint planning, execution and review processes, which are detailed below:

Project reporting and communications will be performed via NCIA REACH technology.

(1) Sprint Planning:

Objective: Plan the objectives for the upcoming sprint (s)

  • Kick-off meeting (every 4 weeks): Conduct a monthly meeting with the contractor to plan the principle upcoming sprint (s)/main objectives and review contractor`s manpower to meet the agreed deliverables.
  • Weekly Sprint Goals: Define clear, achievable goals for the sprint and associated acceptance criteria, including: specific delivery targets, Quality standards as well as Key Performance Indicators (KPIs) for each task.
  • Final agreement of sprint goals, agreed quality criteria and Key Performance Indicators (KPIs) has to be recorded in the minutes of the meeting
  • Agree on the required level of effort for the various sprint tasks.
  • Backlog Review: Review and prioritise the backlog of tasks, issues, and improvements from previous sprints
  • Assess each payment milestone cycle duration of one (1) calendar month. State of completion and validation of each sprint status and sign off of SPRINTS to be submitted for payment as covered in Section 4.

(2) Sprint Execution

Objective: Contractor to execute the agreed “sprint plans” with continuous monitoring and adjustments.

  • Weekly Sprint meetings between NCA and the contractor to review “sprint progress” address issues, and make necessary adjustments to the processes or production methodology. The Meetings will be physically in the office, or in person via electronic means using Conference Call capabilities, according to the NCI Agency’s project manager’s instructions.
  • Continuous improvement: Contractor to establish a continuous feedback loop to gather input from all stakeholders for ongoing improvements and their subsequent implementation depending on NCIA approval.
  • Progress Tracking: Contractor to use a shared dashboard or tool to track the status of the sprint deliveries, and any issues.
  • Quality Assurance/Quality Check: Contractor shall ensure that the quality standards agreed for the “sprint deliverables” are maintained throughout the sprint.
  • Quality Control: NCIA to perform the Final Quality Control of the agreed deliverables and  provide feedback on any issues.

(3) Sprint Review

Objective: Weekly review of sprint performance and identify areas for improvement.

  • At the end of each weekly sprint, there will be a meeting between the NCI Agency and the Contractor to review the outcomes against the acceptance criteria comprising sprint goals, agreed quality criteria and Key Performance Indicators (KPIs).
  • Define specific actions to address issues and enhance the next sprint.

(4) Sprint Payment

  • For each sprint to be considered as complete and payable, the contractor must report the outcome of their work during the sprint, first verbally during the retrospective sprint review meeting and then in writing within three (3) days after the sprint’s end date. A report must be  sent by email to the NCI Agency project manager; listing all the work achieved against the agreed tasking list set for the Sprint and a list of any tasks still in development with clear outcomes and achievement/realisations dates during the sprint.
  • The contractor's payment for each sprint will be contingent upon the achievement of agreed Acceptance Criteria for each task. Acceptance criteria is to be defined at the “sprint planning” stage. This will include specific delivery targets, quality standards as well as Key Performance Indicators (KPIs) for each task.
  • The payment shall be dependent upon successful acceptance as set in the above planning/review meetings. This will follow the payment milestones that shall include a completed Delivery Acceptance Sheet (DAS) – (Annex B) including the EBA Receipt number
  • Invoices shall be accompanied with a Delivery Acceptance Sheet (DAS) – (Annex B) signed by the Contractor and project authority.
  • If the contractor fails to meet the agreed Acceptance criteria for any task, the NCI Agency reserves the right to withhold payment for that task/SPRINT.

6 SCHEDULE

This task order will be active immediately after signing of the contract by both parties.

It is expected that the service starts 28th October 2024 and ends not later than 31 December 2024.

If the 2025 option is exercised, the period of performance is 01st January 2025 to 31st December 2025

If the 2026 option is exercised, the period of performance is 01st January 2026 to 31st December 2026.

If the 2027 option is exercised, the period of performance is 01st January 2027 to 31st December 2027.

If the 2028 option is exercised, the period of performance is 01st January 2027 to 31st December 2028.

7 SECURITY

a. All Contractors/Sub-contractors shall be aware of all security rules pertaining to the handling of NATO classified information. For this particular, project attention shall be given to the following regulations:

  • Communication and Information Systems (CIS) used within national industrial facilities to handle NATO classified information shall be accredited, to the appropriate level, by the respective National Security Accreditation Authorities (SAAs) or their delegated SAAs ensuring that the NATO’s minimum security standards are met for the handling of NATO classified information
  • All Contractors/Sub-contractors undertaking a NATO contract involving classified information requiring access to, or generation of information classified NATO Confidential (NC) or above shall hold a Facility Security Clearance (FSC) at the appropriate level issued by the responsible National Security Authority (NSA)/Designated Security Authority (DSA) of the country that has jurisdiction over the Contractor/Sub-contractor’s facility.
  • Access to information classified NC or above. The Contractor/Sub-contractor shall protect any such classified information, no less stringently than applicable NATO security regulations, as implemented by its competent NSA/DSA, and comply with any relevant national security laws and regulations and any additional instructions given by the responsible NSA/DSA.
  • All individuals (e.g. Contractors/Sub-contractor`s personnel, including freelance consultants, interpreters, or any type of freelance personnel or self-employed service providers) who requires access to, or whose duties or functions may afford access to information classified NATO Confidential (NC) or above, shall be appropriately cleared and briefed before such access is authorised. Individuals shall only have access to NATO classified information for which they have a need-to-know. Typical categories of personnel being subject to security clearance procedure, in relation to the issuing of a Facility Security Clearance, are:

Owners of companies, members of supervisory boards and members of management`s boards who may be subject to the personnel security clearance process in accordance with requirements in national laws and regulations.

Facility Security Officer (FSO), CIS Security staff, registry staff, couriers and subject matter experts of a company may be subject to the personnel security clearance process as required for the fulfilment of the contract involving NATO classified information.

  • Personnel Security Clearance (PSC). Individuals who require access or may have access to information classified NC or above during the course of their duties shall have a PSC, at the appropriate level, which is valid for the duration of the authorised access. In addition, such individuals are required to:

Have a need-to-know;

Have been briefed on their security obligations in respect to the protection of NATO Classified Information; and

Have acknowledged their responsibilities either in writing or an equivalent method which ensures non-repudiation.

b. The work will be carried out remotely at the Contractor`s own site but with regular meetings at NCI Agency and NATO Command Structure Sites.

c. NCIA will provide a CIS, NATO Restricted (NR) Automated Information System (REACH-Laptop) to the Contractor to assure secure normal project communication exchange and reporting.

d. At the NATO Command Structure (NCS) sites, the highest level of classification that contractors/sub-contractors may need to access is NATO Cosmic Top Secret (CTS). As a result of this contractors must hold a valid CTS PSC.

e. NCIA will take the required procedures to create accounts that will allow contractors to access the NATO/CTS/NS/MS network environments:

(1) Work at NATO CTS level is to be performed solely at the NATO premises.

(2) Work at NS level:

(a) Should it be required for the Contractors/Sub-contractors to develop various documents (requirements analysis, system design documentation etc.) at NATO Secret (NS) level, then this is to be performed either at the NATO premises or Contractor/sub-contractor’s facilities that must possess a Facility Security Clearance (FSC) at the appropriate level with approved storage capability.

(b) In case the contractor/Sub-contractor is working at NS level at NATO`s premises but there is a need to continue this work at the contractor`s facilities, then NATO Security regulations for the transportation/handling of NATO classified information/assets will apply.

8 CONSTRAINTS

All the documentation provided under this statement of work will be based on NCI Agency templates and/or agreed with the NCIA project manager

9 TRAVEL

The contractor will provide the service under NCI Agency contract at their own premises, but will travel to NATO sites in support of the project including: the NCI Agency in The Hague, Mons and Oreiras as needed. The vendor will also host coordination meetings, as required at its facility. There will be substantial travel requirements across all profiles.

Once defined, travel costs will be set as a separate PO line with a not to exceed value to cover and reimburse of actual expenses upon submissions of all receipts and invoices in line with NCIA processes.

Travel expenses will be reimbursed in accordance with Article 5.5 of AAS+ Framework Contract.

10 GENERAL REQUIREMENTS

The Contractor(s) shall provide the service at the contractors own site (as per Facility Security Clearance:

no work from home/residential premises) with the exception of required travel to NATO  Commands and entities of the NATO intelligence enterprise.

The Contractor`s site shall possess a Facility Security Clearance, which allows to handle and store NATO SECRET material. Furthermore, the contractor’s company must fulfil the following requirements:

  • Valid ISO/IEC 27001 Information Security certification
  • Valid ISO 9001:2015 standard certification
  • Valid TickIT+ certification

Working environment is normal office environment. Technical configurations should be performed at contractor premises using its own licenses and developed configurations/scripts, etc. transferred to NCIA once developed.

Multiple contractors (as in defined profiles Section 11) must accomplish this service.

All contractors shall be provided as a bundle, by a single Contractor.

NCIA requires the vendor`s company to provide a compliance matrix together with the CVs. This is detailed in the bidding instructions (Part 1).

All contractors need to be able to work in a team approach synchronised by the Contractors provided Project/Management/Support Coordinator (Profile (s) 6 Section11). The NCIA PM will interact primarily with the Manager/Support-Coordinator as the PoC.

In the event that a contractor(s) leaves during the contract period. NCI Agency AAS Terms and Conditions apply.

11 SPECIFIC QUALIFICATIONS/REQUIREMENTS

[See Requirements]

12 .General Provisions

NCIA Recognised Business hours/Holidays:

NCIA-The Hague official holiday schedule applies and will be provided to the contractor.

NCIA Hours of Operations: Monday to Thursday 0830 – 1700 and Friday 0830 – 1500 (CET)

Contractor Furnished Services: Contractor shall furnish everything required to perform the contract except for the items specified and covered under NCIA Furnished Property and Services above.

NCIA Furnished Property and Services: A standard office (REACH) laptop will be provided by NCIA for communication at “NATO RESTRICTED” level.

Requirements

11 SPECIFIC QUALIFICATIONS/REQUIREMENTS

Profile 1 (C4ISR SME - IT Compliance and best practices)

  • Clearance – NATO COSMIC TS
  • Education – MSc or equivalent.
  • Experience in Defence C4ISR architecture and design – Over 5 Years
  • Experience in GIS Capabilities – Over 3 Years
  • Knowledge and experience in IT governance roles and functions with a minimum of 5 years’ experience.
  • Strong and practical understanding of C4ISR interoperability challenges
  • Knowledge of data discovery and dissemination in distributed environments, with a minimum of 2 years’ experience.
  • Knowledge and practical experience of geospatial & C4ISR data requirements for Defence and Intelligence functions, with a minimum of 5 years’ experience.
  • Knowledge of C4ISR systems delivery, including solution and enterprise architecture, with a minimum of 5 years’ experience.
  • Knowledge and experience of conceptual modelling (UML, BPMN, Archimate), with a minimum of 5 years’ experience.
  • Knowledge and practical experience of the Esri system platform both desktop and server-based components including design and deployment, with a minimum of 5 years’ experience.
  • Knowledge of NATO C4ISR interoperability standards
  • Knowledge and practical experience of GEOINT workflows and analysis, with a minimum of 5 years’ experience.

Profile 2 (C4ISR SME(S)) ISR

  • Clearance – NATO COSMIC TS
  • Education – BSc, MSc or equivalent desirable
  • Experience in C4ISR for Defence – Over 5 Years
  • Knowledge and practical experience of ISR workflows and tooling, with a minimum of 3 years’ experience.
  • Knowledge and practical experience of the NATO JISR system landscape, 2 years  Knowledge and practical experience of the NATO Intelligence Cycle, with a minimum of 2 years’ experience.
  • Understanding of GeoINT/IMINT, ELINT & OSINT, e.g. (capabilities/data)
  • Knowledge of NATO INTEL production and sharing systems / architecture. Knowledge of  BICES INTEL sharing systems / data / architecture.
  • Knowledge and practical experience of geospatial data and analytics for Defence and Intelligence, with a minimum of 5 years’ experience.
  • Knowledge and practical experience in the GEOINT domain with a minimum of 5 years’ experience.
  • Knowledge of integrating diverse ISR data from complex and disparate pathways, with a minimum of 2 years’ experience.
  • Knowledge and experience of running ISR requirements workshops in a Defence context.
  • Experience with NATO’s JISR operational end user community within a NATO Intelligence enterprise.
  • Knowledge and practical experience of C4ISR requirements elicitation in a Defence context, with a minimum of 2 years’ experience.

Profile 3 (System Engineer SME(S)) C2

  • Clearance – NATO COSMIC TS
  • BSc or equivalent
  • Experience in C4ISR for Defence – Over 5 Years
  • Strong understanding of C2 systems and data, and its relevance for ISR.
  • Knowledge to identify C2 data/information/quality deltas as relevant to ISR.
  • Knowledge and practical experience of secure C4ISR systems engineering in a Defence context, with a minimum of 5 years’ experience.
  • Knowledge and practical experience of deploying and securing the Esri platform in complex defence environments, with a minimum of 5 years’ experience of a wide range of C2 data.
  • Knowledge of C4ISR systems delivery, with a minimum of 5 years’ experience.
  • Knowledge of integrating diverse C4ISR data from complex and disparate pathways, with a minimum of 2 years’ experience.
  • Knowledge and experience of running ISR requirements workshops in a Defence context.
  • Knowledge and practical experience of C4ISR requirements elicitation in a Defence context, with a minimum of 2 years’ experience.

Profile 4 (Esri Platform SME(S))

Senior/Lead (Profile 4a)

  • Clearance – NATO COSMIC TS
  • Education – BSc required MSc or equivalent desirable
  • Extensive experience in the use of Esri GIS in Defence – Over 5 Years
  • Knowledge of all aspects of the Esri platform including Sw components, GIS system design, configuration and integration, with a minimum of 5 years’ experience.
  • Minimum of 5 years’ experience in Esri products and their application potential for C4ISR
  • Knowledge of Esri platform solution delivery, including enterprise architecture, with a minimum of 2 years’ experience.
  • Knowledge of accessing and integrating diverse C4ISR data from complex and disparate pathways, with a minimum of 5 years’ experience.
  • Knowledge of the registration of C4ISR authoritative data, with a minimum of 5 years’ experience.
  • Knowledge and experience of C4ISR data visualisation using the Esri platform and Defence data/information, with a minimum of 5 years’ experience.
  • Practical experience in creating of user intuitive and adaptable user interfaces including
  • dashboards, with a minimum of 5 years’ experience.
  • Knowledge and practical experience in geospatial & C4ISR data driven analytical services for Defence and Intelligence.
  • Knowledge and experience of running GIS workshops in a Defence context.
  • Knowledge and practical experience of ISR/GEOINT tradecraft, with a minimum of 5 years’ experience.
  • Experience: as an end user, within the NATO C4ISR construct in order to be able to develop/configure appropriate solution and to better understand user requirements
  • Knowledge and practical experience of JAVA script (ArcGIS JavaScript SDK, jQuery, React) with a minimum of 2 years’ experience.
  • Knowledge and 2 years practical experience of python scripting in an Esri Defence context, (Django, Racy, ArcGIS API for Python, Sci-Kit Learn, Flask, etc.)

Technical (Profile 4b)

  • Clearance – NATO COSMIC TS
  • Education – BSc or equivalent
  • Knowledge of all aspects of the Esri platform, with a minimum of 2 years’ experience.
  • Knowledge of integrating diverse C4ISR data from complex and disparate pathways, with a minimum of 2 years’ experience.
  • Knowledge and experience of C4ISR data visualisation using the Esri platform and Defence data/information, with a minimum of 2 years’ experience.
  • Creation of intuitive user interfaces and adaptable user interfaces including dashboards, with a minimum of 2 years’ experience.
  • Knowledge and practical experience of geospatial data services for Defence and Intelligence, with a minimum of 3 years’ experience.
  • Knowledge and practical experience of python scripting in an Esri context, (eg Django, ArcPy, ArcGIS API for Python, Sci-Kit Learn, Flask, etc.)
  • Knowledge and practical experience of JAVA script (ArcGIS JavaScript SDK, jQuery, React. etc.), with a minimum of 2 years’ experience.
  • Knowledge and practical experience of ISR/GEOINT tradecraft, with a minimum of 3 years’ experience.
  • Knowledge/Experience as a ISR end user within the NATO enterprise intelligence construct in order to provide appropriate solution from a user perspective.

Profile 5 (Training Design & Delivery SME(S))

  • Clearance – NATO COSMIC TS
  • Education – MSc or equivalent
  • Experience in Defence – Over 10 Years
  • Qualifications – Defence related Train the Trainer
  • Knowledge and practical experience of ISR/GEOINT training design and delivery, including Training Needs Analysis (TNA), with a minimum of 5 years’ experience.
  • Experience in the design, development of NATO GEO (INT) training.
  • Knowledge and practical experience of ISR/GEOINT tradecraft, with a minimum of 10 years’ experience.
  • Knowledge and practical experience of training design and delivery in a Defence context.

Profile 6 (Project/ Management/ Support-Coordination SME(S))

Senior Manager (Profile 6a)

  • Clearance – NATO COSMIC TS
  • Education – MSc or equivalent
  • Strong project management skills, with a minimum of 10 years’ experience.
  • Experience in C4ISR for Defence – Over 10 Years
  • Knowledge and practical experience of Defence C2 and ISR capabilities, innovation, NATO policy, NATO capabilities, data, practice, challenges and management, with a minimum of 10 years’ experience.
  • Knowledge and practical experience of resource management in a technical Defence context, with a minimum of 5 years’ experience.
  • Knowledge and practical experience of requirements elicitation and management in a Defence context, with a minimum of 10 years’ experience.
  • Fully aware of / NATO policy on use of COTS.
  • Knowledge of secure Information Environments, including architectural design, with a minimum of 10 years’ experience.
  • Knowledge and experience of running workshops of different nature in a Defence context, with a minimum of 10 years’ experience.
  • Strong project management and communication skills in the area of Defence
  • Project management certification, such as APMG Agile Project Management Practitioner or Prince2
  • Practical experience in managing agile project (Sprint based)
  • Strong reporting abilities
  • Experience in maintaining/managing risk/issue logs
  • Experience in managing a team of experts (other profiles)
  • Military background – Technical or Staff Officer Experience, with a minimum of 10 years’ experience. (desirable)

Deputy Project Manager (Profile 6b)

  • Clearance – NATO COSMIC TS
  • Experience in Defence – Over 10 Years
  • Knowledge and practical experience of project management in a Defence context, with a minimum of 5 years’ experience.
  • Knowledge of C4ISR systems delivery
  • Knowledge and practical experience of Defence CIS design, delivery and management, with a minimum of 5 years’ experience.
  • Knowledge and practical experience of resource management in a technical Defence context, with a minimum of 5 years’ experience.
  • Knowledge and practical experience of requirements elicitation and management a Defence context, with a minimum of 5 years’ experience.
  • Knowledge and practical experience of C2 and ISR processes and procedures as well as it’s planning, and subsequent alignment with CIS systems development and strategies, with a minimum of 5 years’ experience.
  • Knowledge and practical experience of provision of operational CIS to deployed/decentralized forces, with a minimum of 5 years’ experience.
  • Knowledge of BICES and NATO INTEL production and sharing systems / architecture.
  • PM Qualifications – APMG Agile Project Management Practitioner or Prince2

Support-Project Coordination (Profile 6c)

  • Clearance – NATO COSMIC TS
  • Education – BSc or equivalent
  • Experience in Defence – Over 5 Years
  • Qualifications – APMG Agile Project Management Practitioner or Prince2
  • Knowledge and practical experience of project management in a Defence context, with a minimum of 5 years’ experience.
  • Knowledge and practical experience of NATO GEOINT/ISR, with a minimum of 5 years’ experience.
  • Knowledge and practical experience of resource management in a technical Defence context, with a minimum of 5 years’ experience.
  • Solid knowledge and practical experience of technical delivery within NATO.
  • Solid knowledge and practical experience of Defence CIS systems and their management.

Profile 7 (Operational Governance)

  • Clearance – NATO COSMIC TS
  • Education – MSc or equivalent
  • Experience in Defence – Over 10 Years
  • Experience in – GEOINT and Intelligence (J2) preferably in a military function, with a minimum of 10 years’ experience.
  • Experience with the NATO Intelligence Enterprise.
  • Knowledge of NATO INTEL production and data sharing and practical experience of geospatial data for Defence and Intelligence, with a minimum of 10 years’ experience.
  • Knowledge of integrating diverse C4ISR data from complex and disparate pathways, with a minimum of 10 years’ experience.
  • Knowledge of C4ISR systems development and delivery, with a minimum of 10 years’  experience.
  • Knowledge and practical experience of technical / operational governance in a C4ISR defence context, with a minimum of 10 years’ experience.
  • Knowledge and practical experience of NATO JISR operations/systems/policies, with a minimum of 2 years’ experience.
  • Strong ability to identify process, capability or workflow deficiencies and to develop feasible
  • proposals on how to overcome them with a minimum of 5 years’ experience.
Apply for this job

Please mention you found this job on AI Jobs. It helps us get more startups to hire on our site. Thanks and good luck!

Get hired quicker

Be the first to apply. Receive an email whenever similar jobs are posted.

Ace your job interview

Understand the required skills and qualifications, anticipate the questions you may be asked, and study well-prepared answers using our sample responses.

Customer Service Q&A's
Report this job
Apply for this job