Deadline Date: Monday 23 June 2025
Requirement: NCSC ASO Analysis and PM Support
Location: Braine L’Alleud, BE
Full Time On-Site: Yes
Time On-Site: 100%
Period of Performance: 2025 BASE: As soon as possible but not later than 04 August 2025 until 31 December 2025.
2026 Option: 01 January 2026 – 31 December 2026
2027 Option: 01 January 2027 – 31 December 2027
2027 Option: 01 January 2028 – 31 December 2028
Required Security Clearance: NATO SECRET
1. INTRODUCTION
The Office of the CIO (OCIO) Enterprise Cyber Security Posture Improvement project focuses on acquisition and implementation of state-of-art tools to enhance Enterprise-wide cybersecurity capabilities considering the key cybersecurity functions.
The NATO Cyber Security Centre (NCSC), which provides governance, scientific, technical, acquisition and sustainment support in the area of cyber security, throughout the lifecycle of NATO Communications Information Systems (CIS), enables secure conduct of the Alliance’s operations and business in the NNEC environment and in the context of NATO’s C4ISR.
To support NCSC for the execution of tasks identified in the subject work package of the project, the NCIA is looking for subject matter expertise in the delivery of complex, foundational and novel Cybersecurity capability, under the Accreditation Security Office (ASO) and Project Management Office.
2. PURPOSE
The objective of this statement of work (SoW) is to outline the scope of work and deliverables for the Cyber Security ASO Analysis Support for Transform Branch.
The purpose of the work package is to provide support to NATO Cyber Security Centre (NCSC) to fulfil identified Cyber Security ASO Analysis activities more effectively as well as admin activities related to projects.
3. SCOPE OF WORK
The aim of this SOW is to support NCSC with technical expertise specifically related to ASO and Project Management with a deliverable based (completion-type) contract to be executed in 2025.
Service performed by a contractor will be focused on the following activities:
Supporting for development and discovery of CIS with regards to Security Accreditation and create a baseline of the existing systems/services (AS-IS) which are required to have Security Accreditation to operate within the NATO environment.
Supporting for elicitation of requirements by conducting in-depth analysis of the enterprise CIS.
Supporting the development and planning of potential CIS for future accreditation and priorities where applicable.
Supporting NCSC Cyber activities in line with current and future projects with the service area.
It is expected that the contractor’s personnel, under the direction / guidance of the NCSC Point of Contact, will deliver 60% of the service focusing on ASO activities and 40% of the service focusing on PM activities as described in below:
3.1. ASO and its sub-activities
Capture and detail systems across the Enterprise. As directed by ASO lead.
Technical analysis of information captured and recommend which systems to be accredited in line with operational requirements/direction.
Ongoing support to ASO and contribute to development of accreditation document set for future accreditation and operation of systems/services.
3.1.1. Capture and detail systems across the Enterprise recording current security accreditation status-NATO Network Register (NNR). (Enterprise System Audit)
- Populate Register authorised by ASO.
- Fully detail (where praticable) of NNR
- As directed by ASO lead.
3.1.2. Give guidance to Project Managers and Service Managers in support of accreditation process and the potential interdependencies of NCSC Projects.
- Liason with PM/SMs give presentation of accredatation process plus workshops
(This activities and products are to be authorised by ASO/SHPM)
3.1.3. Technical analysis of information captured and recommend which systems be accredited in-line with operational requirements.
- Detailed Technical Report with recommendations (This activities and products are to be authorised by ASO)
3.1.4. Participate in meetings, discussions with technical and operational experts/SMEs, offering advice, seeking and applying solutions, recording and monitoring agreed action items
- Produce detailed minutes of activities during interaction.
- Products Authorised by ASO
3.1.5. Provide pragmatic advice on best course for efficiencies to expedite swifter delivery of the project within the service Area.
- Analysis and produce report and give recommendations,
- Product/s Authorised by ASO
3.2. PM and its sub-activities
Give guidance to Project Managers and Service Managers in support of accreditation and the potential interdependencies of NCSC Projects.
Participate in a min 2 weekly meetings, discussions with technical and operational experts/SMEs, offering advice, seeking and applying solutions, recording and monitoring agreed action items
Expected availability: 1 hour/day for ad-hoc questions
3.2.1. System Documentation:
- Document configuration and changes: Keep up-to-date documentation of all configurations, integration steps, troubleshooting procedures, and system maintenance tasks
3.2.2. Monitoring and Reporting:
- Proactively review logs and alerts to identify any technical issues, errors, or failures in the monitoring process,
- Produce and distribute reports related to monitoring activities, and compliance status (e.g., audit logs, system performance metrics.
The measurement of execution for this work service is sprints, with each sprint planned for a duration of 1 week.
The content, scope of each sprint and their related acceptance criteria are to be peer reviewed within the sprint cycle, and communicated to the contractor, before beginning of each sprint. Input and guidance will be provided by NCIA during the targeted review meetings (kick-off meetings).
4. SPRINTS PLANNING, EXECUTION, REVIEW AND PAYMENT:
Due to the AGILE approach of this project, there is a need to define a set of specific arrangements between the NCIA and the contractor that specifically defines the deliverables to be provided for each sprint as well as their associated acceptance criteria. This includes sprint planning, execution and review processes, which are detailed below:
1. Sprint Planning:
Objective: Plan the objectives for the upcoming sprint.
Kick-off meeting: Conduct a monthly meeting with the contractor to plan the objectives of upcoming sprints and review contractor`s manpower to meet the agreed deliverables.
Set 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 to be recorded in the sprint meeting minutes.
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 4 sprints. State of completion and validation of each sprint status and sign off 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.
Regular meetings between NCIA 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.
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: Review the sprint performance and identify areas for improvement.
At the end of each sprint, there will be a meeting between the NCIA 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 4 (fourth) sprints to be considered as complete and payable, the contractor must report the outcome of their service during the sprint, first verbally during the retrospective sprint review meeting and then in writing within five days after the 4th sprint’s end date. A report must be sent by email to the NCIA service manager, listing all the service achieved against the agreed tasking list set for the sprint.
The contractor's payment for each set of 4 sprints will be depending upon the achievement of agreed Acceptance Criteria for each task, 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)
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 NCIA reserves the right to withhold payment for that task/sprint.
5. DELIVERABLES AND PAYMENT SCHEDULES
The following deliverables are expected from the service on this Statement of Work:
1) Complete the activities/tasks agreed in each sprint meeting as per sections 3 above.
2) Produce sprint completion reports (format: e-mail update), which include details of activities performed and the list of the deliverables of the week.
4) Payment schedule will be according to the payment milestones upon completion of the 4 sprint. Upon completion and validation of each sprint, following the acceptance of the sprint report.
5) The Purchaser (NCIA) reserves the right to exercise a number of options of one or more sprints based on the same deliverables, at a later time, depending on the project priorities and requirements, at the following cost: for base year (2025) at the same cost, for following years (2026-2028) the Price Adjustment Formula will be applied in accordance with paragraph 6.5 of the Framework Contract Special Provisions.
6) The payment shall be dependent upon successful acceptance of the sprint report and the Delivery Acceptance Sheet (DAS) – (annex B).
7) Invoices shall be accompanied with a Delivery Acceptance Sheet (annex B) signed by the contractor and the NCIA POC
BASE 2025 PERFORMANCE – 04 AUGUST 2025 TO 31 DECEMBER 2025:
Deliverable: 18 sprints to support Operation & Maintenance of Active Directory Security Assessment Tool as per described in Para 3 (Number of sprints is estimated. This will be adjusted based on actual starting date.)
Payment Milestones: Upon completion of each fourth sprint and at the end of the service. Completion of each sprint shall be accompanied documented in Delivery Acceptance Sheet (DAS) – (Annex B), signed for acceptance by the Purchaser’s authorized point of contact and the Contractor
2026 OPTION: 01 JANUARY 2026 TO 31 DECEMBER 2026
Deliverable: 44 sprints to support Operation & Maintenance of Active Directory Security Assessment Tool as per described in Para 3
Cost Ceiling: Price will be determined by applying the price adjustment formula as outlined in CO‐115786‐ AAS+ Special Provisions article 6.5.
Payment Milestones: Upon completion of each fourth sprint and at the end of the service. Completion of each sprint shall be accompanied documented in Delivery Acceptance Sheet (DAS) – (Annex B), signed for acceptance by the Purchaser’s authorized point of contact and the Contractor
2027 OPTION: 01 JANUARY 2027 TO 31 DECEMBER 2027
Deliverable: 44 sprints to support Operation & Maintenance of Active Directory Security Assessment Tool as per described in Para 3
Cost Ceiling: Price will be determined by applying the price adjustment formula as outlined in CO‐115786‐ AAS+ Special Provisions article 6.5.
Payment Milestones: Upon completion of each fourth sprint and at the end of the service. Completion of each sprint shall be accompanied documented in Delivery Acceptance Sheet (DAS) – (Annex B), signed for acceptance by the Purchaser’s authorized point of contact and the Contractor
6. ACCEPTANCE AND REJECTION CRITERIA
a) Acceptance Criteria
1) Quality of service reached NATO standards,
2) Tasks are completed within the assigned time,
3) Performances are as defined by the line manager.
b) Rejection Criteria
1) Quality of work is low,
2) Tasks are not completed within the assigned time,
3) Performances are not as defined by the line manager.
c) A replacement will be requested if the contractor cannot fulfil the tasks as explained in rejection criteria.
d) Payment will not be done if the sprint is not completed.
7. COORDINATION AND REPORTING
The Contractor shall report the status of the following deliverables as required by the NCI Agency project team:
Item 1 ASO and its subactivities (see para 3.1.) Capture CIS detail across Enterprise+Accredatation support activities,
Item 2 PM and its subactivities (see para 3.2.) Guidence and support to PMs/SDMs within NCSC for administrative activities.
The contractor shall participate in daily status update meetings, activity planning and other meetings as instructed, physically in the office, or in person via digital means using conference call capabilities, according to the manager’s / team leader’s instructions.
At the end of the project, the Contractor shall provide a Project Closure Report that is summarizing the activities during the period of performance at high level.
8. SCHEDULE
This task order will be active immediately after signing of the contract by both parties.
The period of performance is as soon as possible but not later than 04 August 2025 and will end no later than 31 December 2025.
If the 2026 option is exercised, the period of performance is 01 January 2026 to 31 December 2026
If the 2027 option is exercised, the period of performance is 01 January 2027 to 31 December 2027
If the 2028 option is exercised, the period of performance is 01 January 2028 to 31 December 2028
9. PRACTICAL ARRANGEMENTS
This is a deliverables-based contract.
9.1. Place of Performance:
The NCSC Team is located in The Hague/ NLD and BLA / BEL.
The contractor will be required to provide the service 100% on-site at NCIA Braine L’Alleud (BE). Exceptional Teleworking activities to support service delivery can also be arranged with the line manager’s coordination and approval.
9.2. Hours of Operation:
The service will be conducted during normal office hours following the NCIA Braine L’Alleud calendar - Monday to Thursday from 08h30 until 17h30 and Friday from 08h30 until 15h30.
9.3. NCIA Furnished Property and Services:
NCI Agency will provide one NATO RESTRICTED REACH laptop computer to the contractor’s personnel during the execution of the Contract.
The contractor’s personnel shall return this laptop computer back to NCI Agency after completion of the Contract.
The Purchaser will provide the contractor with the following Purchaser-Furnished Equipment (PFE):
Access to NATO sites, as required, for the purpose of executing this SOW.
Workspace (needed business IT for both on- and off-site service, hot-desk at NCSC facility).
NCIA “REACH” laptop to be used by the contractor for the execution of the contract.
9.4. Travel:
The contractor may be required to travel to other NCI Agency or NATO locations for completing these tasks.
Travel expenses will be reimbursed in accordance with Article 5.5 of AAS Framework Contract and within the limits of the NCIA Travel Directive. They will be invoiced separately to the purchaser by the service provider, in accordance with the terms and conditions of the framework agreement. These additional travel costs are considered an extra charge to the overall bid price
9.5. Other:
This services under this SOW must be accomplished by ONE contractor for the entire performance period.
10. CONSTRAINTS
All the deliverables provided under this statement of work will be based on NCIA templates or agreed with the project point of contact.
All documentation etc. will be stored under configuration management and/or in the provided NCIA tools.
11. SECURITY AND NON-DISCLOSURE AGREEMENT
The services performed under this SOW require that the assigned personnel have a valid NATO SECRET security clearance
It is mandatory to have the candidate be in possession of a NATO SECRET security clearance to facilitate follow-on engagements and coordination at NATO venues.
The signature of a Non-Disclosure Agreement between any Service Provider’s individuals contributing to this task and NCIA will be required prior to execution.
12. REQUIRED PROFILE
[See Requirements]
Requirements
12. REQUIRED PROFILE
For the execution of this contract, a senior SATCOM engineer with the following qualifications is required:
* Nationally recognized/certified engineering university qualification with preferably Master of Science degree;
* Valid security clearance at minimum NATO SECRET level;
* Excellent knowledge of MS Office;
* Understanding of Service Now project planning tool.
* Able to receive and execute tasking in accordance with direction from NCI Agency leadership;
* Knowledge of Training Needs Analysis (TNA).
* Translate requirements into training solutions within the Cyber environment.
* Knowledge of NATO Accreditation process and document set required for Accreditation and potential presentation to NSAB.
* Excellent Knowledge of EBA and the ability to procurement equipment/services.
* Ability to analyse complex technical detail and express into laymen’s terms.
* Ability to plan and execute assigned project tasks taking into account policies, programme goals, and priorities, funding and other planning constraints;
* Ability to work on their own and as part of a team;
* Motivated, good communication skills, team player;
* Strong listening and communication skills in English;
* At least 3 years in support of a Cyber environment.
* Prior experience of working in an international environment comprising both military and civilian elements (preferred);
* Knowledge of NATO responsibilities and organisation;
* Knowledge of NATO Communication and Information Systems Infrastructure (preferred)