Bidding Instructions - Technical Proposal
Bidders shall submit a proposal clearly providing the following information:
a. CV and attestation of the assigned resource(s) for the project that meeting the requirements as per para.9. Each CV shall contain accurate contact details for reference person for each of the listed professional experiences relevant to this Statement of Work
b. The Proposal shall contain also, minimum the following:
Deadline Date: Thursday 29 January 2026
Requirement: C3 Policy, Directive, and Digital Roadmap Development Support Service
Location: Off-Site
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: As soon as possible but not later than 02 March 2026 through 31 December 2026
Required Security Clearance: NO SECURITY CLEARANCE REQUIRED
1 OVERALL PROJECT SCOPE
The NATO Communications and Information Agency (NCI Agency) located in The Hague, The Netherlands, is providing technical support to the NATO HQ Cyber and Digital Transformation (CDT) Division to provide technical expertise regarding development of C3 Policies, and Directives; development and implementation of the Digital Interoperability Roadmap; and support to ongoing Policy Gap Analysis.
The Chief Technology Office (CTO) has a requirement for a subject matter expert (SME) to prepare the specific deliverables in the CDT 2026 Programme of Work (POW).
2 WORKSTREAMS AND TASKS
This Statement of Work (SoW) covers two main Service streams:
Service stream 1: Tasks resulting in deliverables related to development of Policies and implementation Directives and Policy Gap Analysis.
Service stream 2: Tasks related to development of the Digital Interoperability Roadmap and monitoring and addressing specific activities from the Roadmap for the Interoperability Profiles Capability Team (IPCaT) of the Digital Policy Committee (DPC).
3 ACTIVITIES AND DELIVERABLES
3.1 Activities
Under the direction of the project manager or assigned task leader, the selected consultant is required to conduct the following activities:
3.2 Deliverables
All of the defined deliverables are presentations and reports, which will be delivered in standard office document formats, or updates and inputs to the DIOR Wiki platform hosted in Tidepedia (Semantic Media Wiki Platform managed by HQ SACT).
The following specific deliverables are expected from this statement of work:
1. Policy & Directive Development and Gap Analysis Support
1.1. Delivering the plan for capturing the proposed changes for three directives. Produce a plan for each of the three directives identifying timelines, milestones, stakeholder groups and the proposed approach to maintain traceability. The identified three directives are listed below, but this could potentially change based on any new requests and priorities from CDT (Feb):
1.2. Updating versions of the following Directives (finalized MS Word documents using track changes, with incorporated documentation of changes and traceability to SME inputs)
1.2.1. NATO Enterprise C3 Interoperability Directive, (Mar)
1.2.2. Technical Directive for Interconnectivity of NATO CIS. (Jun)
1.2.3. Identity, Credential and Access Management (ICAM). (Nov)
1.3. Proposing changes to the existing approach for the C3 Policy compliance mechanism (Jun)
1.4. Proposal for changes to C3 Policies, implementation Directives and Roadmaps to reflect based on actual identified cases where extant Digital Policy (or the lack of it) hampers the delivery of modern digital capabilities/ ICT services (Jun)
2. DIOR Deliverables
2.1. Report capturing the planned updates to the Interoperability Roadmap Toolset. (Mar)
2.2. Q1 Report summarizing support to IPCaT Actions under DIOR BL2 (Mar)
2.3. Report on participation and outcomes from IP CaT Meeting #52 (May)
2.4. Delivery of DIOR BL3 Data (May)
2.5. Q2 Report summarizing support to IPCaT Actions under DIOR BL2 (or BL3 if approved)
2.6. Report on participation and outcomes from IP CaT Meeting #53 (Sep)
2.7. Q3 Report summarizing support to IPCaT Actions under DIOR BL3 (Sep)
2.8. Reporting on participation and outcomes from IP CaT Meeting #54 (Nov)
2.9. Q4 Report summarizing support to IPCaT Actions under DIOR BL3
2.10. Reporting summarising the completed updates to the Interoperability Roadmap Toolset. (Dec)
2.11. Development of the Standard Interoperability Testing Information Exchange Format.
2.11.1. Deliver the plan for the Produce a plan identifying timelines, milestones, stakeholder groups and the proposed approach (Mar)
2.11.2. Deliver first version of the standard (Jun)
2.11.3. Deliver final draft for review of the standard (Dec)
3.3 Coordination and reporting
All deliverables are to be peer reviewed within the deliverable cycle. The related acceptance criteria are to be communicated in writing to the contractor’s personnel before beginning of each cycle. Input and guidance will be provided by NCI Agency in writing during the targeted review meetings.
The contractor’s personnel shall participate in a kick-off meeting within two working weeks after the signing of this contract. This can be a virtual meeting executed via electronic means using Conference Call capabilities.
During the kick off meeting, the contractor’s personnel will discuss a plan for executing the tasks under this statement of work. Purchaser and Contractor’s personnel will discuss the plan and amend where appropriate.
The contractor’s personnel will provide email minutes containing, at least decisions and actions decided during the meeting.
The contractor’s personnel shall participate in weekly status meetings, either in-person (where possible) or via electronic means using Conference Call capabilities. The rhythm for these meetings will be confirmed at the kick-off meeting. The contractor’s personnel will initiate these meetings and provide email minutes containing at least decisions and actions decided during the meeting.
The contractor’s personnel shall participate in on-site working meetings at NCI Agency, The Hague. The meeting schedule will be agreed at the kick off meeting. For planning purposes up to 24 meetings will be required over the duration of the contract, with a min of ½ day to max 1 full day of service on site for each meeting.
4 PAYMENT SCHEDULE
This is a completion-type contract which requires a contractor’s personnel with complementary skills to complete the service identified in Section 3
Schedule of payments: Payment will be made after the Purchaser has accepted a respective deliverable and signed its Delivery Acceptance Sheet (DAS) (Annex A).
The contractor shall submit an invoice, with approved DAS attached, to the Purchaser for payment as per the schedule listed below:
Item 1: 1.1, 1.2.1, 2.1, 2.2, 2.11.1
Delivery Date: 31 March 2026
Item 2: 1.2.2, 1.3, 1.4, 2.3, 2.4, 2.5, 2.11.2
Delivery Date: 30 June 2026
Item 3: 2.6, 2.7
Delivery Date: 30 Sep 2026
Item 4: 1.2.3, 2.7, 2.9, 2.10, 2.11.3
Delivery Date: 15 Dec 2026
Payment Milstones: Upon completion of each milestone shall be accompanied documented in Delivery Acceptance Sheet (DAS) – (Annex A), signed for acceptance by the Purchaser’s authorized point of contact and the Contractor
5 SECURITY CLEARANCE
The duties of the consultant do not require security clearance.
6 PERIOD OF PERFORMANCE
The personnel are required for the period starting NLT 02nd of March 2026 through 31 December 2026.
7 PRACTICAL ARRENGEMENTS
This is a Completion-type contract requires one consultant with the identified skills to complete the service.
Service on the contract will primarily be performed off-site at the consultant’s own office, and the contractor’s personnel is responsible for office space and computer equipment at their own facilities.
This Task Order requires scheduled travel as detailed in Section 3.3, consisting of up to 24 visits to NCIA The Hague (twice per month) for a maximum of one working day each visit. The travel, lodging and associated expenses for travel are included in the price of the bid (NTE), such that the purchaser shall not be invoiced.
Extraordinary Travel (Purchaser Directed Travel) may be required to other NATO or non-NATO locations as necessary. In the event of such unforeseen meetings being called, the cost of all travel and subsistence will be addressed through a contract amendment.
Extraordinary Travel expenses will be reimbursed in accordance with Article 5.5 of AAS+ Framework Contract. Such 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.
8 CONTRAINTS
NATO will retain the intellectual property rights for all products developed in relation to this project.
All deliverables, scripts, documentation and required code will be stored as directed by NCIA.
9 SPECIFIC EXPERTISE REQUIRED
[See Requirements]

Requirements
9 SPECIFIC EXPERTISE REQUIRED
We require a candidate who has extensive experience related to policy development, capability development and addressing challenges related to NATO interoperability. The following experience/expertise is essential for this requirement:
EMW provides lifecycle Systems Engineering and Technical Assistance (SETA), Engineering and Installation (E&I), Operations and Maintenance (O&M), Force Protection Technologies and Contractor Recruitment Services across the fields of Defense, Health Information Technology, Cyber Security and Information Assurance, Perimeter Security and Telecommunications Infrastructure worldwide.
Please mention you found this job on AI Jobs. It helps us get more startups to hire on our site. Thanks and good luck!
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