NATO Business Opportunity: COTS IT Hardware and Associated Support – Server and Storage Equipment Indefinite Delivery, Indefinite Quantity (IDIQ) Framework
Special Notice from BUREAU OF INDUSTRY AND SECURITY • COMMERCE, DEPARTMENT OF. Place of performance: Belgium. Response deadline: Mar 11, 2026. Industry: NAICS 541519.
Market snapshot
Awarded-market signal for NAICS 541519 (last 12 months), benchmarked to sector 54.
Related hubs & trends
Navigate the lattice: hubs for browsing, trends for pricing signals.
Point of Contact
Agency & Office
More in NAICS 541519
Description
The NATO Communications and Information Agency (NCIA) intends to issue an Invitation for Bid (IFB) for an Indefinite Delivery, Indefinite Quantity (IDIQ) Framework agreement for COTS IT Hardware and Associated Support - Server and Storage Equipment.
The Enterprise Frequent and Swift Transaction (e-FAST) Contracts Program is an NCIA Strategic Sourcing Initiative to offer best in class NATO-wide contract vehicles to meet requirements for common goods and services. NCIA is seeking to establish a framework agreement serving as the preferred vehicle for commercial IT on an “as needed” basis.
To bid on this project, potential U.S. prime contractors must 1) maintain a professionally active facility (office, factory, laboratory, etc.) within the United States, 2) be pre-approved for participation in NATO Competitive Procurement (NCP), 3) be issued a Declaration of Eligibility (DOE) by the Department of Commerce (DOC), and 4) register with NCIA’s eProcurement tool, Neo: https://www.ncia.nato.int/business/procurement/neo-eprocurement
The reference for the IFB is IFB-CO-424340-e-FIT and all correspondence concerning the IFB should include this reference.
SUMMARY OF REQUIREMENT
The e-FIT IT equipment IFB will establish one IDIQ Delivery Order Contract for IT Server and Storage Equipment for use at a NATO Enterprise Level and allows for multiple funding sources such as NSIP, MB, and 3rd Party purchases.
The scope of work will cover hardware, software, and licenses for server and storage systems. The scope will additionally include all associated accessories and sub-components, such as cables, SFPs, storage media, batteries, and power supplies, together with applicable warranty and support services. When applicable, TEMPEST-certified equipment (SDIP-27/3), including certification corresponding to the required TEMPEST level, may be requested. TEMPEST testing shall be performed by a NATO-approved TEMPEST provider.
The scope may require the provision of technicians and/or engineers at designated locations to support installation activities. Should execution of the proposed Contract require Contractor personnel to access and work at NATO Class II security areas, these individuals will need to hold personnel security clearances of NATO SECRET. The Contract award will not be delayed to allow Contractor personnel to obtain missing clearances.
The Proposed Contract will provide equipment to all authorized NATO Command Locations in Europe, North America and Türkiye; as well as, to any eligible Third Parties or any Nation which has requested NCIA involvement.
The Proposed Contract is envisioned to include various performance options, in terms of volume discounts against published Original Equipment Manufacturer (OEM) commercial pricelist/commercial catalogue pricing, expedited deliveries, and support.
Rapid Procurement Vehicles, such as IDIQ, are NATO-wide contract vehicles to meet requirements for Information and Communications Technology (ICT) goods and services with the aim of maximizing competition and value for money. They are uniquely designed to drive standardization, acceleration of project delivery, flexibility and benefits of volume-based discounts, while providing a quick turnaround solution to overcome service or equipment deficiencies at all levels.
The IDIQ will set forth the broad requirement and will provide an overarching set of terms and conditions.
The resulting lowest price, technically compliant bid would be awarded the relevant contract to complete the work detailed in the Statement of Work through individually placed task orders. There is no guarantee of any work through the IDIQ framework.
Period of performance is anticipated to be five years from the contract award date or until the maximum ceiling is reached, whichever occurs first.
Funding obligation shall occur at the time a task order is placed against the IDIQ contract.
BECOMING ELIGIBLE TO BID
NCP requires that the U.S. Government issue a DOE for potential U.S. prime contractors interested in this project. Before the U.S. Government can do so, however, the U.S. Government must approve the U.S. firm for participation in NCP. U.S. firms are approved for NCP on a facility-by-facility basis.
The U.S. NCP application is a one-time application. The application requires supporting documentation in the form of 1) a company resume or capability statement indicating contracts completed as a prime contractor and 2) an annual report or set of financial documents indicating compilation, review, or audit by an independent CPA.
The U.S. Government continues to accept the legacy NATO International Competitive Bidding (ICB) application for participation in NCP. U.S. firms can download a copy of the legacy ICB application from the following website:
https://www.bis.gov/about-bis/bis-leadership-and-offices/SIES/business-opportunities-nato
DOC is the U.S. Government agency that approves NCP applications. Please submit to the email address provided your application and supporting documentation (as attachments). If your firm is interested in a specific NCP project at this time, please also include the following in the TEXT of your email:
- the title and/or solicitation number of the project
- the name/phone/email of the company employee who should receive the bid documents
After approval of your one-time NCP application, DOC will then know to follow up by issuing a DOE for the project. DOC will transmit the DOE to the NATO contracting agency.
IMPORTANT DATES:
Request a DOE (and, for firms new to NCP, submit the one-time NCP application): 11 March 2026
NCIA distributes the IFB (planned): 23 March 2026
Bid closing (anticipated): 27 April 2026
Contract Award (estimated): 15 June 2026
Files
Files size/type shown when available.
BidPulsar Analysis
A practical, capture-style breakdown of fit, requirements, risks, and next steps.
FAQ
How do I use the Market Snapshot?
It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.
Is the data live?
The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.
What do P10 and P90 mean?
P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.