Dedicated Internet Channel CASAB
ID: 19M03025Q0003 Type: Solicitation
Overview

Buyer

STATE, DEPARTMENT OFSTATE, DEPARTMENT OFAMERICAN CONSULATE CASABLANCAWASHINGTON, DC, 20520, USA

NAICS

Wired and Wireless Telecommunications Carriers (except Satellite) (51711)

PSC

IT AND TELECOM - NETWORK AS A SERVICE (DG10)
Timeline
  1. 1
    Posted Mar 28, 2025, 12:00 AM UTC
  2. 2
    Updated Mar 28, 2025, 12:00 AM UTC
  3. 3
    Due Apr 11, 2025, 3:00 PM UTC
Description

The U.S. Department of State, through the American Consulate in Casablanca, Morocco, is seeking proposals for a Dedicated Internet Channel with a minimum speed of 30 Mbps, which includes VPN and internet services for its operations. This procurement aims to ensure reliable and secure internet connectivity for the Consulate, which is critical for its communications and operational efficiency. The contract will be awarded for a base period of twelve months, with an option to renew for an additional twelve months, emphasizing the importance of sustained service quality and compliance with federal cybersecurity standards. Interested vendors must submit their quotations by April 11, 2025, and are encouraged to attend a pre-quotation conference on April 7, 2025; for inquiries, they can contact the Procurement Team at CasablancaProc@state.gov or call +212-522-642000.

Point(s) of Contact
Files
Title
Posted
Mar 28, 2025, 12:05 PM UTC
The document outlines a Cybersecurity Supply Chain Risk Management (C-SCRM) Questionnaire that vendors must complete when responding to federal requests for proposals (RFPs). The questionnaire consists of three primary sections: Contact Information, Vendor Risk Management Plan, and Physical and Personnel Security. In the first section, vendors provide essential contact details for the primary point of contact. The second section assesses the vendor's capability to identify supply chain threats, map them to key suppliers, and enforce written SCRM requirements in contracts. Furthermore, it evaluates their method of verifying supplier compliance with these requirements. The final section focuses on physical and personnel security measures, including the necessity of employee background checks and procedures to prevent tampering with Information and Communications Technology (ICT) equipment. The document emphasizes that responses should be substantiated with proper documentation if requested by the government, highlighting the importance of security protocols in federal contracts. Overall, the questionnaire serves to ensure that vendors demonstrate sufficient risk management practices regarding supply chain security in compliance with federal standards.
The document outlines the certification requirements for contractors and prospective offerors engaging with the Department of State. It mandates that they confirm compliance with federal anti-discrimination laws and stipulates that they do not engage in any Diversity, Equity, and Inclusion (DEI) programs that contravene these laws. This certification is deemed crucial for government payment decisions and is subject to the False Claims Act, highlighting the serious implications of false statements in this regard. Contractors must read and complete the certification form, affirm their compliance, and submit it to the designated Contracting Officer. This process ensures that federal funds are allocated only to organizations that adhere strictly to anti-discrimination statutes, promoting accountability in government contracting and grant programs.
The Request for Quotations (RFQ) numbered 19M03025Q0003, issued by the U.S. Consulate General in Casablanca, Morocco, seeks proposals for a Dedicated Internet Channel with a minimum speed of 30 Mbps for the Department of Homeland Security (DHS). Interested vendors must submit quotations by April 11, 2025, and are encouraged to attend a pre-quotation conference on April 7, 2025. The contract will be awarded to the responsible vendor whose quotation aligns with the RFQ requirements and offers the best value through a comparative evaluation process. Key requirements include a firm fixed price structure with provisions for VAT, proof of registration in the System for Award Management (SAM), and adherence to cybersecurity standards. The contract covers a one-year base period with an optional extension year. The contract outlines detailed service specifications, including high-speed, dedicated internet access, with stringent service level expectations such as guaranteed uptime and unfiltered internet access. Compliance with various federal regulations and clauses is mandated throughout the procurement process. This RFQ emphasizes the Government's commitment to securing reliable internet connectivity for critical DHS operations.
Mar 28, 2025, 12:05 PM UTC
The document is a solicitation for Women-Owned Small Business (WOSB) participation in a government procurement process. It outlines the requisition and contract details, including important dates, contact information, and submission guidelines for offers. The solicitation specifically addresses the procurement of commercial products and services, with a focus on inclusion of economically disadvantaged women-owned small businesses (EDWOSB) in federal contracting opportunities. Key components of the document include the identification of item numbers and quantities required, pricing information, payment terms, and instructions for submitting proposals. Offerors are required to provide various blocks of information related to their offers, such as discount terms and certifications of their eligibility for specific business classifications. The document emphasizes the importance of compliance with federal acquisition regulations and sets forth expectations for successful bidders to fulfill contractual obligations. Overall, this solicitation serves to facilitate contract awards for services and products while promoting inclusivity of women-owned enterprises in government contracting, aligning with federal initiatives to support small businesses.
The Secure Software Development Attestation Form, mandated by the Department of State, serves to assure federal agencies that the software they use is developed securely. It integrates requirements from Executive Order 14028 and Federal Information Security Modernization Act (FISMA) stipulations, emphasizing the significance of secure software supply chains. The form collects essential information from software producers who must attest their compliance with specific secure development practices. Key points include that software must undergo self-attestation if it was developed or significantly modified after September 14, 2022, with exceptions for government-developed software or freely available software. The form is to be signed by a CEO or a designated authority, asserting adherence to practices that ensure secure coding, vulnerability management, and ongoing security monitoring. Additionally, software producers may provide third-party assessments to demonstrate compliance. If an attestation cannot be obtained, agencies may still use the software with documented mitigating actions. The form’s completion is crucial for agencies to utilize software, adhering to the guidelines outlined by OMB in Memorandum M-22-18 and its amendment M-23-16, reflecting the federal commitment to cybersecurity and secure software practices. The document structure includes detailed instructions, attestation sections, and a comprehensive list of requirements, ensuring clarity in compliance.
Lifecycle
Title
Type
Solicitation
Similar Opportunities
VIRTUAL PRIVATE NETWORK AND MOBILE TELECOMMUNICATION SERVICES
Buyer not available
The U.S. Department of State is soliciting quotations for Virtual Private Network (VPN) and mobile telecommunication services for the U.S. Embassy in Lisbon, Portugal. The procurement aims to secure standard mobile phone services, including temporary rentals for special events, with a focus on high-quality communication, customer service support, and compliance with government standards. This contract is set for one year with two optional extensions, emphasizing operational flexibility and cost-effectiveness in meeting government communication needs. Interested vendors must submit their quotations by May 19, 2025, at 7 PM to LisbonProcure@State.Gov, and must be registered in the System for Award Management (SAM) prior to contract award. For further inquiries, contact Jose Gregorio at gregoriojm@state.gov or Ana Paula Saint Aubyn at SaintAubynAP@state.gov.
Mobile phone services for the U.S. Mission to France
Buyer not available
The U.S. Department of State, through the U.S. Embassy in Paris, is soliciting proposals for mobile phone services to support the U.S. Mission to France. The procurement includes the provision of SIM and eSIM cards, voice and data plans, international calling, and internet access, with a focus on ensuring high-quality network coverage and secure operations. This contract will be a fixed-price agreement covering one base year and four option years, with a minimum order value of €10,000 and a maximum of €1,728,000, inclusive of VAT. Interested vendors must submit their quotations by April 22, 2025, and are required to be registered in the System for Award Management (SAM) prior to submission. For further inquiries, potential offerors can contact Stanislas Parmentier at parmentiers@state.gov or by phone at 0033143122222.
Procurement of Internet Leased Line Services for the U.S. Embassy Hanoi. Period of Performance: Jul 01, 2025 – Jun 30, 2026.
Buyer not available
The U.S. Department of State is seeking a contractor to provide Internet leased line services for the U.S. Embassy in Hanoi, Vietnam, for the period from July 1, 2025, to June 30, 2026. The procurement aims to secure VPN and internet services, including dedicated leased line channels and circuitry to connect the embassy and its annex locations, ensuring reliable communication infrastructure for diplomatic operations. This contract is critical for maintaining high-performance internet connectivity, with requirements for 99.9% availability and minimal packet loss, reflecting the importance of robust telecommunications in supporting U.S. government functions abroad. Interested vendors should contact Albert Kafka at KafkaAB@state.gov or Bui Huyen Trang at Buith@state.gov for further details, and must comply with federal anti-discrimination laws, cybersecurity standards, and the National Defense Authorization Act requirements as part of the bidding process.
Cell phone services FY25
Buyer not available
The U.S. Department of State, through the U.S. Embassy in Cotonou, is soliciting proposals for cell phone services under a Request for Quotations (RFQ) for the fiscal year 2025. The procurement aims to establish a one-year service agreement for comprehensive mobile telecommunication solutions, including local and international calling, SMS messaging, internet access, and 24-hour customer support, with options for four annual renewals and a six-month extension. This contract is crucial for ensuring reliable communication for official purposes, reflecting the U.S. Government's commitment to transparency and competitive participation in federal contracting. Interested vendors must submit their quotations electronically by April 16, 2025, and are encouraged to attend a pre-quotation conference on March 26, 2025, for further details; inquiries can be directed to Rebecca J. Stone at stonerj@state.gov or Abdoul Youssifou at youssifouar@state.gov.
PROVIDE, INSTALL, AND MAINTAIN AN INTERNET SERVICE WITH A MINIMUM OF 100 MEGABIT UP AND DOWNLOAD SPEEDS AT 250 MURRAY LN SW WASHINGTON, DC 20373
Buyer not available
The Department of Defense, through the Defense Information Systems Agency (DISA), is seeking proposals for the provision, installation, and maintenance of dedicated internet service at 250 Murray Ln SW, Washington, DC, with a minimum requirement of 100 Megabit upload and download speeds. The contractor is expected to ensure the installation of a new line that does not interfere with existing services, while also providing a dynamic IP address and adhering to rapid response requirements for service outages. This procurement is critical for maintaining reliable internet connectivity within a military context, emphasizing compliance with federal regulations and technical standards. Interested vendors must submit their quotes by April 23, 2025, and can direct inquiries to Shawn Arentsen or Haley Guttersohn via their respective email addresses.
USBP El Centro Multiprotocol Label Switching Circuits & Internet Services
Buyer not available
The Department of Homeland Security, through the U.S. Customs and Border Protection, is seeking quotations for Multiprotocol Label Switching (MPLS) Circuits and Internet Services for four locations within the El Centro Sector in California. The objective is to enhance broadband connectivity by replacing existing T1 connections with secure MPLS connections, thereby improving communication infrastructure for operational effectiveness within the Border Patrol sector. Interested contractors must submit their quotations by April 28, 2025, at 5:00 PM EDT, and are encouraged to direct any questions to Benjamin Dorgan at benjamin.j.dorgan@cbp.dhs.gov. The procurement is open-market and unrestricted, with a focus on providing the most advantageous quote based on technical acceptability and price.
SUBMIT A QUOTE TO: 1. PROVIDE, INSTALL, AND MAINTAIN COMMERCIAL INTERNET SERVICE WITH A MINIMUM OF 200MB UP AND DOWNLOAD SPEEDS TO 153 WOODBRIDGE RD. PALM BEACH, FL 33480.
Buyer not available
The Department of Defense, through the Defense Information Systems Agency (DISA), is soliciting quotes for the provision, installation, and maintenance of commercial internet service at 153 Woodbridge Rd., Palm Beach, FL, with a requirement for a minimum speed of 200 Mbps for both upload and download. The procurement emphasizes the need for Telecommunication Service Priority (TSP), a service availability of at least 99.5%, and a rapid response time of 30 minutes for outages or impairments, highlighting the critical nature of reliable telecommunications services for government operations. This opportunity is set aside for small businesses, with a three-month timeline for quote submissions, and interested contractors are encouraged to communicate with designated government contacts for further inquiries. Proposals must adhere to strict technical criteria, and the evaluation will follow a lowest price technically acceptable (LPTA) approach.
Wifi site prep materials
Buyer not available
The U.S. Department of State, through the U.S. Embassy in Bujumbura, Burundi, is seeking quotes for the procurement of WiFi site preparation materials, specifically conduit fittings and related electrical components. The procurement includes a variety of items such as PVC junction boxes, male terminal adapters, locknuts, conduit bodies, straps, pipe hangers, PVC conduits, and fire barrier putty sleeve kits, with quantities ranging from 13 to 230 units, indicating a significant effort to support infrastructure projects. These materials are essential for enhancing safety and functionality in electrical installations, aligning with federal procurement standards. Interested vendors must submit their electronic quotes, including shipping costs, to the designated email address by the specified deadline, ensuring compliance with SAM registration and NDAA 899 requirements. For further inquiries, vendors can contact the Bujumbura Procurement Section via email at BujumburaGSOProcurement@state.gov or reach out to Floribert Nimubona at NimubonaF@state.gov.
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.
PROVIDE, INSTALL, AND MAINTAIN A COMMERCIAL INTERNET SERVICE WITH A MINIMUM OF 200MB UP AND DOWNLOAD SPEEDS TO 168 KINGS RD. PALM BEACH, FL 33480
Buyer not available
The Department of Defense, through the Defense Information Systems Agency (DISA), is seeking proposals from qualified small businesses to provide, install, and maintain commercial internet service at 136 Kings Rd., Palm Beach, FL, with a minimum speed requirement of 200MB for both upload and download. The procurement emphasizes the need for reliable telecommunications infrastructure, ensuring 99.5% service availability and rapid response times for outages, while avoiding satellite links and adhering to strict technical acceptability criteria. Interested contractors must submit their quotes by May 12, 2025, with the service commencement date set for June 27, 2025. For further inquiries, potential bidders can contact Shawn Arentsen or Amanda Romanitis via email at shawn.m.arentsen.civ@mail.mil and amanda.m.romanitis.civ@mail.mil, respectively.