Amendment to Primary Openet Internet Solicitation for U.S. Embassy Harare in Zimbabwe
ID: 19Z11525Q0004Type: Special Notice
Overview

Buyer

STATE, DEPARTMENT OFSTATE, DEPARTMENT OFUS EMBASSY HARAREWASHINGTON, DC, 20520, USA

NAICS

Wired Telecommunications Carriers (517111)

PSC

IT AND TELECOM - NETWORK AS A SERVICE (DG10)
Timeline
  1. 1
    Posted Apr 2, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 2, 2025, 12:00 AM UTC
  3. 3
    Due Apr 17, 2025, 3:00 PM UTC
Description

The U.S. Department of State, through the U.S. Embassy in Harare, Zimbabwe, has issued a special notice regarding an amendment to the solicitation for a contract related to wired telecommunications services. This amendment extends the bid submission deadline to April 17, 2025, at 5:00 PM Harare time, allowing potential bidders additional time to prepare their proposals. The procurement is critical for ensuring reliable communication services at the embassy, which plays a vital role in diplomatic operations. Interested contractors must acknowledge receipt of this amendment to ensure their offers are considered, and they can reach out to Joseph Anderson or Annie Chinyanganya at HarareGSOProcurement@state.gov for further inquiries.

Files
Title
Posted
Mar 20, 2025, 2:07 PM UTC
The U.S. Embassy in Harare, Zimbabwe, is soliciting proposals for Primary Openet Internet Services under RFQ # 19Z11525Q0004. The Embassy requires a dedicated Internet circuit with a minimum bandwidth of 60 Mbps for operational needs, ensuring high-quality direct access to the public internet without filters. Vendors must provide a firm fixed price for the services, which include installation and ongoing support over an initial one-year term with a potential option year. A pre-quotation conference is scheduled for March 27, 2025, with proposals due by April 4, 2025, at 5 PM Harare time. To qualify, offerors must submit several documents, including proof of registration in the System for Award Management (SAM), pricing details, and cybersecurity compliance certifications. The request emphasizes the necessity for latencies not exceeding specified limits and addresses regulatory compliance with the National Defense Authorization Act. Detailed service level agreements (SLAs) and performance expectations are outlined, requiring 24/7 support, rigorous monitoring, and timely fault resolution to maintain an SLA of 99.6%. This procurement reflects the need for reliable internet services crucial for the operational functionality of the U.S. Embassy.
The document provides completion instructions for two key worksheets related to Cybersecurity Supply Chain Risk Management (C-SCRM) for federal RFP submissions: the C-SCRM Questionnaire and the Software Producer Attestation Form. Vendors must fill in specified data concerning their organization's supply chain threat identification, supplier mapping, risk management policies, and employee background checks. The questionnaire emphasizes the importance of confirming whether suppliers meet established standards and managing insider threats. Furthermore, the Software Producer Attestation Form requires software producers to affirm compliance with secure development practices outlined in NIST SP 800-218, including a statement on the security measures for their products. If full compliance cannot be guaranteed, a plan detailing risk mitigation strategies must be provided. Overall, the document delineates the cybersecurity accountability requirements for vendors involved with supplying software to federal agencies, highlighting the critical nature of risk management in federal procurement processes.
Apr 2, 2025, 1:04 PM UTC
The document is an amendment to a solicitation related to a contract issued by the U.S. Embassy in Harare, Zimbabwe. It extends the due date for bid submissions to April 17, 2025, at 1700 Harare time. This amendment, identified as A00001, is part of the procurement process covered under requisition number 19Z11525Q0004, which was initially dated March 20, 2025. The amendment notifies that all previously established terms and conditions remain unchanged except for the updated bid submission deadline. Contractors are required to acknowledge receipt of this amendment to avoid rejection of their offers. The purpose of this change is to facilitate a better response from potential bidders by providing additional time for proposal preparation. The typical procedural elements, including the need for digital signatures and contract administration, are also outlined in the document.
The Department of State has released the Secure Software Development Attestation Form, designed to ensure that software used by federal agencies is developed securely. This requirement stems from the Federal Information Security Modernization Act of 2014 and Executive Order 14028, which mandates compliance with National Institute of Standards and Technology (NIST) guidelines to strengthen the cybersecurity of software supply chains. Software producers must attest that their products meet specific secure development practices, particularly if the software was developed or modified after September 14, 2022. Certain categories, such as federal agency-developed software and publicly available open-source software, are exempt from this requirement. The self-attestation form requires detailed information about the producer, the software, and specified security practices, affirming adherence to established secure development frameworks. Completed forms must be signed by the CEO or authorized designee. If producers cannot provide a completed attestation, they may still submit software if they provide evidence of their security practices and a plan to address any non-compliance. Overall, the initiative emphasizes the administration's commitment to enhancing the security of software used in fulfilling federal functions, aligning with broader cybersecurity goals.
Lifecycle
Title
Type
Similar Opportunities
Amendment to DTSPO Internet Solicitation for U.S. Embassy Harare in Zimbabwe
Buyer not available
The U.S. Department of State is issuing an amendment to the solicitation for a contract with the U.S. Embassy in Harare, Zimbabwe, specifically related to wired telecommunications services. This amendment extends the bid due date for solicitation number 19Z11525Q0005 to April 17, 2025, at 5:00 PM Harare time, allowing potential contractors additional time to prepare their submissions. The services sought are critical for maintaining effective communication and operational capabilities at the embassy. Interested parties must acknowledge receipt of this amendment to ensure their bids are considered, and they can contact Joseph Anderson or Annie Chinyanganya at HarareGSOProcurement@state.gov for further inquiries.
Amendment to Backup Openet Internet Services Solicitation for U.S. Embassy Harare in Zimbabwe
Buyer not available
The U.S. Department of State is seeking bids for an amendment to the solicitation for Backup Openet Internet Services at the U.S. Embassy in Harare, Zimbabwe. This amendment specifically changes the bid submission deadline to April 17, 2025, at 5:00 PM Harare time for solicitation number 19Z11525Q0007, while all other terms and conditions of the original solicitation remain unchanged. The services sought are critical for maintaining reliable telecommunications infrastructure at the embassy, ensuring effective communication and operational efficiency. Interested bidders must acknowledge receipt of this amendment to ensure their bids are considered, and they can contact Joseph Anderson or Annie Chinyanganya at HarareGSOProcurement@state.gov for further inquiries.
Amendment to USAID and CDC Internet Services Solicitation for U.S. Embassy Harare in Zimbabwe
Buyer not available
The U.S. Embassy in Harare, Zimbabwe, is issuing an amendment to the solicitation for Internet services, specifically under solicitation number 19Z11525Q0006. This amendment primarily extends the bid due date to April 17, 2025, at 5:00 PM Harare time, and requires bidders to acknowledge receipt of this modification to ensure their offers are not rejected. The services sought are crucial for maintaining effective communication and operational capabilities at the embassy, reflecting the importance of reliable telecommunications in diplomatic functions. Interested contractors should direct inquiries to Joseph Anderson or Annie Chinyanganya at HarareGSOProcurement@state.gov, and must ensure acknowledgment of the amendment to participate in the bidding process.
WIFI DIN and Wired DIN Internet Solicitation for U.S. Embassy Harare in Zimbabwe
Buyer not available
The U.S. Department of State is soliciting bids for the provision of WIFI and Wired DIN Internet services for the U.S. Embassy in Harare, Zimbabwe. This opportunity is part of contract ID 19Z11525Q0003 and aims to enhance the embassy's telecommunications capabilities, which are critical for operational efficiency and communication. The amendment to the solicitation extends the bid submission deadline to April 17, 2025, at 5:00 PM Harare time, and requires contractors to acknowledge receipt of the amendment to ensure their proposals are considered. Interested parties can reach out to Joseph Anderson or Annie Chinyanganya at HarareGSOProcurement@state.gov or by phone at +26388677011000 for further inquiries.
Pre-Solicitation notice - Make Ready Services
Buyer not available
The U.S. Embassy in Lusaka, Zambia, is seeking qualified contractors to provide Residential Make Ready Services, as outlined in the pre-solicitation notice referenced as solicitation number 19ZA6025R0003. The procurement involves a firm fixed price contract with an anticipated performance period of one base year and four optional one-year extensions, aimed at ensuring the embassy's facilities are well-prepared and maintained for operational needs. Interested contractors must be registered in the System for Award Management (SAM) and submit their electronic offers by April 9, 2025, with the possibility of awards granted to a maximum of three qualified offerors based on initial submissions without discussions. For further inquiries, vendors can contact Evelyn Okoth at okothea@state.gov or Brian Kalunga at KalungaB@state.gov.
JOFOC for the Purchase of Triplex Pump Control System in Harare, Zimbabwe
Buyer not available
The U.S. Department of State, through the U.S. Embassy in Harare, Zimbabwe, is seeking to procure a triplex pump control system via a justification for other than full and open competition (JOFOC). This procurement is specifically aimed at acquiring the pump control system from Fluid Solutions, as detailed in the attached single source justification document. The triplex pump control system is critical for maintaining and repairing equipment related to pumps and compressors, which are essential for various operational needs in the region. Interested parties should refer to the attached documentation for further details regarding the procurement process and requirements.
Alterations to existing property for the U.S Embassy Windhoek, Namibia
Buyer not available
The U.S. Department of State is seeking qualified contractors to perform alterations to existing property for the U.S. Embassy in Windhoek, Namibia. The project involves various construction tasks, including the removal and installation of joinery and sanitaryware, the construction of a new concrete floor, and landscaping work, among other general construction activities. This procurement is crucial for maintaining and upgrading the embassy facilities to ensure they meet operational standards. Interested contractors must be registered in the System for Award Management (SAM) and are encouraged to submit their quotations electronically before the specified deadline. For further inquiries, potential bidders can contact Sarah E. Kahnt at whkproc@state.gov or Lazarus Shikongo at shikongola@state.gov.
Provision of Cellphone Services for US Embassy, Windhoek
Buyer not available
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.
Amendment of the Solicitation for Janitorial Services for the U.S. Consulate General Cape Town
Buyer not available
The U.S. Department of State is soliciting bids for janitorial services at the U.S. Consulate General in Cape Town, South Africa, under solicitation number 19SF2025Q0001. The procurement aims to secure comprehensive cleaning services for various areas within the consulate, including offices and restrooms, with specific requirements for service quality and compliance with security measures. This contract is crucial for maintaining a clean and professional environment at the diplomatic mission, with a one-year term and four optional renewal periods. Interested vendors must submit their proposals by April 14, 2025, and can direct inquiries to Natheer Ford at fordn@state.gov or Kristin Braden at bradenk@state.gov.
Make Ready and Repair Services for Residential Property
Buyer not available
The U.S. Embassy in Windhoek, Namibia, is preparing to solicit quotations for Make Ready and Repair Services for Residential Property. This procurement aims to secure comprehensive services, including carpentry, plumbing, painting, welding, and electrical work, to maintain and prepare residential properties for use by the Embassy. These services are crucial for ensuring that the Embassy's residential facilities are safe, functional, and well-maintained. Interested contractors must be registered in the System for Award Management (SAM) and are encouraged to submit their offers electronically before the specified deadline. For further inquiries, potential bidders can contact Sarah E. Kahnt at whkproc@state.gov or Lazarus Shikongo at shikongola@state.gov.