Backup Internet Connection via Satellite at the American Embassy in Addis Ababa, Ethiopia
ID: 19GE5024R0113Type: Solicitation
Overview

Buyer

STATE, DEPARTMENT OFSTATE, DEPARTMENT OFACQUISITIONS - RPSO FRANKFURTWASHINGTON, DC, 20520, USA

NAICS

Satellite Telecommunications (517410)

PSC

IT and Telecom - Network: Satellite Communications and Telecom Access Services (DG11)
Timeline
    Description

    The Department of State is seeking proposals for a satellite internet connection for the U.S. Embassy in Addis Ababa, Ethiopia, under solicitation number 19GE5024R0113. The procurement aims to establish a firm-fixed-price contract for the delivery, installation, and ongoing service of a dedicated satellite internet connection with a baseline speed of 90x90 Mbps, ensuring robust communication capabilities for embassy operations. This opportunity is critical for maintaining reliable digital communication infrastructure at U.S. diplomatic missions, with a maximum contract value of $4,990,000 over its lifetime, including an initial period of one year and four optional renewal years. Interested vendors must submit their proposals electronically by 1300hrs CEST on September 3, 2024, to Mr. Abdelhakim Dyane at dyanea@state.gov, and are encouraged to review the detailed specifications and requirements outlined in the solicitation documents.

    Point(s) of Contact
    Abdelhakim Dyane
    dyanea@state.gov
    Files
    Title
    Posted
    The document outlines solicitation number 19GE5024R0113 for a satellite internet service contract to be provided to the U.S. Embassy in Addis Ababa, Ethiopia. The main purpose is to establish a firm-fixed-price contract for the delivery, installation, and ongoing service of a dedicated satellite internet connection with a baseline speed of 90x90 Mbps. The minimum value of service to be ordered is $5,000, with a maximum contract value of $4,990,000 over its lifetime, featuring an initial period of one year with four optional renewal years. The document specifies technical requirements, including "always-on" connectivity, unhindered protocol access, performance benchmarks, and equipment maintenance plans. It includes terms for contractual obligations regarding VAT and DBA insurance, ensuring compliance with U.S. and local laws. The contractor must also provide a robust quality assurance plan and secure a local technical support representative for swift response to service issues. Key clauses on compliance with telecommunications regulations, security, and labor laws are presented, emphasizing contractor responsibilities for safeguarding government data. This solicitation is part of the U.S. government's ongoing efforts to secure reliable digital communication capabilities for diplomatic missions. The structure is organized into sections detailing the scope of work, pricing, contract clauses, and administrative requirements.
    The file outlines an amendment to solicitation 19GE5024R0113 for telecommunications services for the U.S. Embassy in Addis Ababa, Ethiopia. The amendment, effective August 26, 2024, details several updates, including the extension of the proposal submission deadline to September 3, 2024, and modifications to service specifications, particularly the Service Level Agreement (SLA) availability change from 99.9% to 99.5%. The contractor selected is expected to provide a robust satellite internet service with specific bandwidth capacities, equipment maintenance plans, and a 24/7 operational commitment. Extra focus is placed on compliance with a Quality Assurance and Surveillance Plan, requiring regular performance evaluations, technical support provisions, and adherence to strict recruitment practices for third-country nationals. The document also delineates evaluation criteria for offers, emphasizing technical capability, past performance, and pricing, under a Lowest Price Technically Acceptable (LPTA) approach. This amendment signifies the U.S. Government's commitment to ensuring effective and secure communication infrastructure at its overseas missions.
    The U.S. Consulate General's Regional Procurement Support Office (RPSO) has issued a Request for Proposal (RFP) for providing Internet Connection via Satellite for the U.S. Embassy in Addis Ababa, Ethiopia. Interested vendors must submit their proposals electronically by 15:00 CEST on August 16, 2024, to Mr. Hakim Dyane, with specific formatting requirements, including Microsoft Word or Adobe PDF for all documents, except pricing which must be in an Excel spreadsheet. Late submissions will not be accepted, and proposals should comply with outlined instructions, as deviations may result in rejection. A virtual pre-proposal conference is scheduled for July 30, 2024, requiring advance registration. Participants can pose questions until August 2, 2024; however, only written responses from the contracting officer will be considered authoritative. The procurements are subject to SAM registration, and proposal currency is fixed upon submission. The solicitation emphasizes clarity in communication, avoiding direct contact with the Embassy concerning the project. This RFP demonstrates a structured procurement process aimed at fulfilling the U.S. government's telecommunications needs in Ethiopia while ensuring compliance with procedural guidelines.
    This document is an amendment to the solicitation 19GE5024R0113 issued by the American Consulate General in Frankfurt, Germany. It extends the deadline for proposal submissions indefinitely until the government answers received questions. Offerors must submit a signed copy of this amendment with their proposals. The amendment does not alter any other terms or conditions of the referenced solicitation or contract. This modification emphasizes the importance of clear communication and adherence to submission protocols, which are critical in the context of federal RFPs and grants. It provides guidance for contractors on the necessary actions to remain compliant with proposal requirements while waiting for additional information from the government. Overall, the amendment ensures that all parties remain aligned during the solicitation process, thus promoting fairness and transparency in the procurement cycle.
    The government document outlines an RFP related to establishing an Internet connection via satellite for the U.S. Embassy in Addis Ababa, Ethiopia. It specifies the requirement for the contractor to assign key personnel to the project, particularly a Project Manager, whose details are to be provided in the form of resumes. If the listed individuals are not current employees of the contractor, a letter of intent from them is required. This emphasizes the necessity for qualified personnel and their professional backgrounds to fulfill the contract obligations effectively. Overall, the document reflects the emphasis on personnel qualifications in government contracts, ensuring that the assigned individuals have appropriate experience for the project at hand.
    The document outlines the requirements for contractors responding to a Request for Proposals (RFP) for providing satellite internet connection services to the U.S. Embassy in Addis Ababa, Ethiopia. It emphasizes the importance of past performance and experience, instructing bidders to submit details of up to three relevant contracts from the past five years. Each listing must specify the contractor's role—either as a prime contractor or a joint venture partner—along with pertinent contact information for project evaluation. Contractual details required include the contract title, owner, amounts awarded and completed, start and completion dates, and a comprehensive description of the contract's relevance to the current RFP. This includes similarities in features and potential challenges associated with the project at hand. Overall, the document aims to facilitate the evaluation of potential bidders by ensuring they demonstrate relevant experience and capabilities that align with the demands of the satellite internet service project for the embassy. The structure is organized to gather specific information systematically to assess the qualifications of the offerors effectively.
    Form W-14, issued by the Department of the Treasury's Internal Revenue Service, serves as a certificate for foreign contracting parties receiving federal procurement payments. The form is structured into several parts that require specific information about the foreign entity, the acquiring agency, and any relevant tax exemptions under international agreements or procurement agreements. Part I collects identification details, including the foreign party's name, country of incorporation, addresses, taxpayer identification number, and contract reference number. Part II allows contracting parties to claim exemptions from tax under specific international agreements. Part III pertains to exemptions related to international procurement agreements or the production of goods/services in the U.S. Part IV requires detailed explanations for any exemptions claimed, while Part V includes a certification section where the foreign entity or an authorized representative affirms the accuracy and completeness of the provided information under penalties of perjury. Overall, Form W-14 facilitates compliance with U.S. tax obligations in federal contracting and aids in the identification of taxpayer status for foreign parties involved in government contracts.
    The purpose of Form W-14 issued by the IRS is to enable foreign contracting parties to establish their status and claim exemptions from a 2% tax on federal procurement payments, as mandated by Section 5000C of the Internal Revenue Code. This tax applies to contracts with the U.S. government entered into after January 2, 2011, covering payments made to foreign entities. The form serves multiple functions, including verifying foreign status and claiming exemptions due to international agreements or procurement agreements. The document outlines who is required to submit Form W-14, procedures for providing the form to the acquiring agency, and specifications for necessary information regarding the foreign contracting party's identity, address, and taxpayer identification. It also details the conditions under which exemptions may be claimed, including specified nonexempt amounts and the calculation of the contract ratio. Notably, the instructions include a list of countries with qualified income tax treaties that exempt their nationals from the Section 5000C tax. The document emphasizes the need for timely updates in cases of changes in circumstances affecting the submitted information. This summary highlights the essential procedural and definitional aspects relevant to foreign entities engaging in federal contracts, ensuring compliance with U.S. tax laws.
    The document is a Cybersecurity Supply Chain Risk Management (C-SCRM) Questionnaire designed for vendors participating in federal procurement processes. It requires companies to provide contact information, evaluate their supply chain threat management practices, and assess physical and personnel security measures. Key requirements include identifying supply chain threats, mapping suppliers to these threats, enforcing SCRM requirements in contracts, and ensuring suppliers meet these standards. Additionally, organizations must have policies for employee background checks and procedures to prevent tampering with Information and Communications Technology (ICT) equipment. The questionnaire emphasizes the government's intent to validate vendor responses with potential documentation requests, underscoring the importance of robust cybersecurity practices in the federal contracting environment.
    The document outlines a pricing structure for a government Request for Proposal (RFP) related to the installation of dedicated internet bandwidth via satellite. It specifies services to be delivered in multiple fiscal years, including a base year and four option years, with each phase expected to be completed within 30 days after contract award. Key components include one-time charges for activation and installation, as well as monthly recurring charges for various bandwidth options (90x90 Mbps to 150x150 Mbps). Additional considerations include potential Value Added Tax (VAT) and Defense Base Act (DBA) insurance costs for each contract year. The government’s evaluation criteria emphasize the total pricing across all options, although exercising those options remains discretionary. The structured format of line-item cost estimates (CLIN) for different service periods provides clarity on pricing expectations and allows for organized bidding. Overall, the document serves as a guideline for potential contractors to submit their proposals for the listed services while ensuring compliance with federal regulations concerning pricing and service commitments.
    The U.S. Embassy in Addis Ababa issued Solicitation No. 19GE5024R0113 for a dedicated internet connection via satellite. The amendment dated 08/23/2024 provides answers to various questions regarding service expectations, equipment, and logistical considerations. Key requirements include a download speed of 90 Mbps, a service level agreement (SLA) with 99.5% availability and ≤0.5% packet loss, and a continuous backup link. The maximum antenna size permitted is 2.4 meters, and the installation must prioritize non-penetrating mounts. The existing equipment can be reused if it meets specifications, otherwise new equipment of equivalent or lesser dish size is required. The embassy will not facilitate the customs process but provides an exemption from customs duties for equipment. Service initiation is projected for November 2024, and local technical support must respond within six hours for outages. Offerors must submit a compliance plan regarding trafficking in persons, and the contractor is responsible for DBA insurance coverage for all employed personnel. The RFP emphasizes the necessity for dedicated bandwidth and clearly outlines equipment specifications, with an overarching goal of ensuring reliable internet service for the embassy's operations.
    The Skyware Global Type 243 2.4m C-Band Linear Rx/Tx Class III Antenna System is designed for robust commercial applications, highlighting its durable construction and comprehensive performance features. This two-piece antenna reflector is constructed from thermoset-molded materials, ensuring accurate surface and strength while providing essential parabolic qualities for effective transmission. Key specifications include operating frequencies of 5.850 to 6.725 GHz for transmission and 3.400 to 4.200 GHz for reception, with a gain of 42.0 dBi (TX) and 38.0 dBi (RX) at specified frequencies. The antenna mount allows for fine azimuth and elevation adjustments, capable of withstanding extreme environmental conditions, including wind speeds of up to 125 mph and operational temperatures ranging from -50°C to +80°C. Compliance with EU directives ensures all materials used are environmentally friendly. This antenna's design and capabilities are particularly relevant to government RFPs and grants focused on telecommunications and satellite communications, supporting agencies in fulfilling robust communication needs within various demanding operational contexts.
    Similar Opportunities
    Residential Internet Service Provider & Landline Services
    Active
    State, Department Of
    The U.S. Embassy in Jerusalem is soliciting proposals for Residential Internet Service Provider (ISP) and landline services under Solicitation Number 191S4024R0005. The contract aims to establish a firm fixed price for one year, with the possibility of extending for four additional years, to provide essential telecommunication services at various residential properties of the Embassy, including landline installation and dedicated VPN connectivity. This procurement is critical for ensuring reliable communication infrastructure for U.S. government personnel in Israel, adhering to stringent cybersecurity standards. Interested vendors must attend a pre-proposal conference on August 27, 2024, and submit their proposals electronically by September 16, 2024, with specific formatting requirements. For further inquiries, contact Ahmed Wali at WaliAS@state.gov or Mirna Farraj at Farrajmb@state.gov.
    WiFi Installation Prep Work
    Active
    State, Department Of
    The U.S. Department of State, through the U.S. Embassy in Bujumbura, Burundi, has issued a solicitation for WiFi installation preparation work, identified as RFQ 19BY7024Q0014. The procurement aims to engage qualified contractors for tasks including drilling wall penetrations and installing sleeves, adhering to specific safety protocols and materials requirements. This project is crucial for enhancing the embassy's operational capabilities through improved network support services. Interested contractors must submit their proposals by July 25, 2024, at 1600 local time, and are required to register in the System for Award Management (SAM) prior to submission. For further inquiries, potential bidders can contact the Bujumbura Procurement Section at BujProcurement@state.gov or Jamie Fleischhacker at fleischhackerjm@state.gov.
    Janitorial Services
    Active
    State, Department Of
    The US Embassy in Addis Ababa, Ethiopia, seeks quotes for janitorial services at leased residences in multiple locations across the city. The contract, if awarded, would be a firm fixed-price contract for a base year, with the possibility of four one-year extensions. The primary goal is to engage a reliable cleaning service provider for these premises. The scope of work involves comprehensive housekeeping and custodial services, encompassing all areas of the embassy's leased residences. The successful awardee will ensure the delivery of high-quality cleaning supplies and services, adhering to specified standards and requirements. All interested parties are encouraged to participate, as the embassy welcomes quotations from all responsible sources. However, contractors must be registered in the SAM database for their offers to be considered. The pre-quotation conference, whose date will be announced in the solicitation, is planned as a preparatory step. To submit a quotation, prospective vendors should follow these instructions: Ensure that their offer is submitted electronically prior to the response deadline. Limit the email size to 30MB; larger emails should be sent as multiple emails. Organize their bids into separate files for financial and technical information. Mixed bids will be disqualified. Include the solicitation number, 19ET1024Q0003, in the email's subject line. The embassy reserves the right to award the contract based on the initial quotations received, without further discussion. Therefore, vendors are encouraged to submit their most competitive offers initially. Quotations will be evaluated based on the completeness and responsiveness of the submission, as well as the vendor's qualifications and experience in providing janitorial services. Price will also be a determining factor in the evaluation process. For clarification or further information, vendors may contact Raoul Russell, the Contracting Officer, via email at Addiscontract@state.gov or by phone at +251111306571. The embassy encourages prospective vendors to register in the SAM database and submit their quotations promptly. The opportunity is open to all eligible applicants, and the embassy looks forward to receiving competitive offers.
    IT Equipment for terminals including local installation and training- U.S. Embassy Tunis, Tunisia
    Active
    State, Department Of
    The U.S. Department of State is soliciting proposals for the delivery and installation of IT equipment at the U.S. Embassy in Tunis, Tunisia, under solicitation number 19GE5024Q0041. The procurement involves providing various hardware items, including interactive screens, laptops, and networking equipment, across 64 independent sites, with specific technical requirements outlined for each item. This initiative is crucial for enhancing the embassy's operational capabilities and ensuring effective communication and educational tools within its infrastructure. Interested vendors must submit their proposals in two volumes by the specified deadline, with all offers evaluated based on a Lowest-Priced Technically Acceptable approach. For further inquiries, potential bidders can contact Sarah Pfannkuche at Pfannkuches@state.gov.
    CISCO Firepower Threat Defense (Brand Name or Equal), U.S. Embassy Nairobi, Kenya
    Active
    State, Department Of
    The Department of State is seeking offers for the procurement of CISCO Firepower Threat Defense equipment for the U.S. Embassy in Nairobi, Kenya, under solicitation number 19GE5024Q0049. This procurement aims to enhance cybersecurity capabilities and requires the delivery and installation of the specified equipment, adhering to a Lowest-Priced Technically Acceptable evaluation approach. The contract will be firm-fixed price, covering all costs associated with delivery, installation, customs clearance, and warranty, while ensuring compliance with federal regulations, including the National Defense Authorization Act. Interested vendors must submit their offers electronically by 1600 hours Central European Time on September 25, 2024, to Sarah Pfannkuche at PfannkucheS@state.gov and FrankfurtRPSO@state.gov, and are advised to review the solicitation documents for detailed submission requirements.
    Tech Infrastructure- Structure Cabling Services
    Active
    State, Department Of
    The U.S. Embassy in Quito, Ecuador, is seeking contractors to provide specialized technical services for the installation of structured cabling to enhance its telecommunications infrastructure. The project entails enabling 50 working points, each equipped with four network jacks, along with responsibilities for equipment provision, technical supervision, and waste management, all in compliance with the Contract Officer's Representative (COR) standards. This initiative is crucial for establishing a reliable telecommunications network within the embassy compound, ensuring efficient communication capabilities. Interested contractors must submit their proposals by September 15, 2024, and are required to be registered in the System for Award Management (SAM) and provide Defense Base Act (DBA) insurance prior to commencing work. For further inquiries, contact Jose Balseca at BalsecaJJ@state.gov or Deryl van Coblijn at VanCoblijnDS@state.gov.
    Janitorial Service
    Active
    State, Department Of
    The U.S. Department of State is seeking qualified contractors to provide janitorial services for leased residences in Addis Ababa, Ethiopia, under Request for Quotations (RFQ) number 19ET1024Q0003. The contract encompasses comprehensive house cleaning services, including both interior and exterior cleaning, with a focus on maintaining optimal conditions for government properties while adhering to safety regulations. The anticipated contract duration is one year, with the possibility of four additional one-year renewals, and interested parties must submit their quotations by September 16, 2024, following the guidelines outlined in the solicitation document. A pre-quotation conference is scheduled for August 27, 2024, and all contractors must be registered in the System for Award Management (SAM) prior to submission. For further inquiries, potential bidders can contact Raoul Russell at Addiscontract@state.gov or Tigist Bedilu at addiscontract@state.gov.
    Provision of Cellphone Services for US Embassy, Windhoek
    Active
    State, Department Of
    The U.S. Department of State is preparing to solicit proposals for the provision of mobile telephone services for the U.S. Embassy in Windhoek, Namibia. The contractor will be responsible for supplying complete mobile services for approximately 130 official lines, which will include domestic and international calls, SMS, roaming services, and cell phone rentals. This contract is crucial for maintaining effective communication for embassy operations and is expected to be awarded as a firm fixed price contract for a base year with two optional one-year extensions. Interested vendors should ensure they are registered in the System for Award Management (SAM) and may submit their offers electronically or in person at the embassy, with further details to be provided in the forthcoming solicitation. For inquiries, contact Sarah E. Canterbury Kahnt at whkproc@state.gov or +264612025257.
    Cellphone Service, U.S. Embassy Santiago, Chile
    Active
    State, Department Of
    The U.S. Embassy in Santiago, Chile, is seeking proposals for mobile telephone services through Request for Quotations (RFQ) number 19C18024Q0004. The procurement aims to provide 320 voice/data SIM cards with unlimited 5G data, international calling, and comprehensive customer support to facilitate the embassy's operations. This contract is crucial for maintaining efficient communication systems essential for diplomatic functions, with a contract duration of one year and potential for renewal. Interested vendors must submit their quotations electronically by 15:00 local time on September 16, 2024, and ensure compliance with various requirements, including registration in the System for Award Management (SAM) and completion of cybersecurity documentation. For further inquiries, vendors can contact Paul Nichols or Alejandra Guerra at Santiago-GSOProcurement@state.gov.
    cellular phone services
    Active
    State, Department Of
    The U.S. Department of State, through the U.S. Embassy in Conakry, Guinea, is seeking qualified contractors to provide cellular phone services for official embassy use. The contract encompasses mobile telephone services, including standard monthly plans and temporary additional services, ensuring uninterrupted connectivity, robust customer support, and detailed billing for a one-year period with options for renewal up to four years. This procurement is critical for maintaining effective communication for embassy operations, with a financial framework that includes a minimum order of $10,000 and a maximum expenditure of $400,000. Interested parties must submit their quotations electronically by September 10, 2024, and can contact Timothy R. Carpenter at CarpenterTR1@state.gov or the procurement team at ConakryProc@state.gov for further information.