Skip to content
Department of Commerce

NATO Business Opportunity: Provision of System Software Engineering Services and System Transition for Basic Modules for Advanced Rapid, Targeting and Effects Mission Information System (ARTEMIS)

Solicitation: IFB-424333-ARTEMIS-ABM
Notice ID: b9ef9d30c4a34e15aad5fb4258929680
TypeSpecial NoticeNAICS 541519DepartmentDepartment of CommerceAgencyBureau Of Industry And SecurityPostedFeb 12, 2026, 12:00 AM UTCDueMar 19, 2026, 09:00 PM UTCCloses in 25 days

Special Notice from BUREAU OF INDUSTRY AND SECURITY • COMMERCE, DEPARTMENT OF. Place of performance: Belgium. Response deadline: Mar 19, 2026. Industry: NAICS 541519.

Market snapshot

Awarded-market signal for NAICS 541519 (last 12 months), benchmarked to sector 54.

12-month awarded value
$695,768,599
Sector total $5,796,258,355,399 • Share 0.0%
Live
Median
$500,000
P10–P90
$67,222$77,049,535
Volatility
Volatile200%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
0.0%
share
Momentum (last 3 vs prior 3 buckets)
+339%($437,409,095)
Deal sizing
$500,000 median
Use as a pricing centerline.
Live signal is computed from awarded notices already observed in the system.
Signals shown are descriptive of observed awards; not a forecast.

Related hubs & trends

Navigate the lattice: hubs for browsing, trends for pricing signals.

We write these bids →
Open on SAM.gov →
Live POP
Place of performance
Belgium
Contracting office
Not listed

Point of Contact

Name
Lee Ann Carpenter
Email
LeeAnn.Carpenter@bis.doc.gov
Phone
Not available

Agency & Office

Department
COMMERCE, DEPARTMENT OF
Agency
BUREAU OF INDUSTRY AND SECURITY
Subagency
Not available
Office
Not available
Contracting Office Address
Not available

More in NAICS 541519

Description

The NATO Communications and Information Agency (NCIA) intends to issue an Invitation for Bid (IFB) for the Provision of System Software Engineering Services and System Transition for Basic Modules for Advanced Rapid, Targeting and Effects Mission Information System (ARTEMIS).

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) hold a current Facility Security Clearance (FCL) at the level of SECRET or higher; 3) be pre-approved for participation in NATO Competitive Procurement (NCP), 4) be issued a Declaration of Eligibility (DOE) by the Department of Commerce (DOC), and 5) register with NCIA’s eProcurement tool, Neo: https://www.ncia.nato.int/business/procurement/neo-eprocurement 

In addition, contractor personnel must hold Personnel Security Clearances at the level of SECRET or higher. Access can only be permitted to security cleared individuals.

The reference for the IFB is IFB-424333-ARTEMIS-ABM and all correspondence concerning the IFB should include this reference.

SUMMARY OF REQUIREMENT

ARTEMIS is the next generation Joint Targeting System which will enable NATO to enhance, expand and improve federated Target Material Production in order to respond to crisis using full spectrum of targeting capabilities. Additionally, ARTEMIS is expected to overcome the technical obsolescence and address the need for improvements for a modern targeting system.

The current Joint Targeting System / Functional Area Service for dynamic and time-sensitive Targeting (JTS/FAST or JTS) remains a valid targeting tool but is based on obsolete underlying technology and architecture and has limited interoperability with other functional systems and national targeting systems.

The aim of the IFB-424333-ARTEMIS-ABM and prospective contract is to deliver two main work packages as described below:

Work Package “System Software Engineering Services”
Through an Agile approach, verification that the adopted JTS software is in compliance with the NATO Human-Machine Interface (HMI) Style Guide1, the relevant ISO Standard2 and the NATO targeting community’s operational requirements3. Key deliverables will include validated outputs through rigorous testing against defined system acceptance criteria. Additionally, this work package will initiate the establishment of fundamental interfaces and dependencies necessary for effective data exchange and interoperability with other systems, laying the groundwork for maintenance, scalability and reliability of the software, as well as future capability integration. The outcome of this Work Package is full developed new ARTEMIS Basic Modules (ABM).

Work Package “System Transition”
Installation, configuration, migration and rollout of ABM alongside the existing targeting capability. It will ensure continuity of operations during the transition period and provide the necessary support until ABM reaches full operational functionality. After transition, this work package also encompasses an initial onsite floor-walking support to assist users with system-related issues, deliver technical support, and ensure effective user on-boarding and familiarization with system operations.

Additionally, the prospective contract will include an evaluated option for Operations and Maintenance (O&M) services for a minimum period of two years. These services will include routine software maintenance, system performance monitoring under second and third level support, and release management of deployed baselines under third- and fourth-level support to meet availability requirements.

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 completed NCP application): 19 March 2026

NCIA distributes the IFB (planned): 30 March 2026

Bid closing (anticipated): 26 May 2026

Contract Award (estimated): 15 October 2026
 

Files

Files size/type shown when available.

No downloadable attachments detected for this notice.

BidPulsar Analysis

A practical, capture-style breakdown of fit, requirements, risks, and next steps.

Analysis is being generated for this notice. Check back shortly.

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.