Landline Telecommunication Services for BEC & BDSC, Baghdad
ID: 19GE5025R0016Type: Solicitation
Overview

Buyer

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

NAICS

Wired Telecommunications Carriers (517111)

PSC

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

    The U.S. Department of State is seeking proposals for landline telecommunication services for the U.S. Embassy in Baghdad, Iraq, through Solicitation No. 19GE5025R0016. The procurement aims to establish reliable local and long-distance telephone services, including Direct-Inward-Dialing capabilities, while ensuring service continuity at both the Baghdad Embassy Compound (BEC) and the Baghdad Diplomatic Support Center (BDSC). This initiative is critical for maintaining effective communication infrastructure in a diplomatic setting, supporting operational needs while adhering to strict performance standards and federal regulations. Interested contractors must submit their proposals by January 31, 2025, and can contact Wencke Jacobsen at jacobsenw@state.gov for further information; the maximum contract value is set at $2,500,000, with a guaranteed minimum order of $5,000.

    Point(s) of Contact
    Wencke Jacobsen
    jacobsenw@state.gov
    Files
    Title
    Posted
    The document is an amendment to the solicitation 19GE5025R0016 issued by the U.S. Department of State's Office of Acquisition for telephone services related to the American Consulate General in Frankfurt, Germany. The amendment, effective from January 14, 2025, revises the solicitation by providing a Questions and Answers section and clarifying submission requirements for offerors while maintaining the proposal submission deadline of January 31, 2025. Key inquiries address the existing telephone service structures, notably that the current configuration uses two E1 EURO ISDN PRI circuits, supporting simultaneous calls with specific bandwidth details. The document emphasizes the need for redundancy in connections and discusses options like VoIP SIP trunking as a more cost-effective alternative, although respondents are asked to adhere to the established requirements. In essence, this amendment highlights the government’s ongoing procurement efforts, seeking to enhance communication infrastructure while mandating responses that meet existing operational standards and ensuring continuity of service in case of outages.
    The US Consulate General Frankfurt invites proposals for landline telecommunication services for the US Embassy in Baghdad, Iraq, through Solicitation No. 19GE5025R0016. Proposals must be submitted by January 31, 2025, to a specified email address. Communication and award documents are required in English, and an active SAM registration is mandatory for award eligibility. The contractor will provide local and long-distance telephone services along with Direct-Inward-Dialing capabilities, under a firm fixed-price contract. Services include maintaining up to 3000 Direct Inward Dial numbers and ensuring service continuity at both the Embassy Compound (BEC) and the Baghdad Diplomatic Support Center (BDSC). Contractors must adhere to strict performance standards, quality assurance plans, and comply with various federal acquisition regulations. The solicitation includes requirements for DBA insurance and outlines performance expectations, including maintaining service uptime and providing detailed billing. The maximum contract value is set at $2,500,000, with a guaranteed minimum order of $5,000. The solicitation encourages innovative proposals whilst ensuring compliance with US and host country laws, particularly regarding human trafficking and labor practices, highlighting the importance of ethical engagement in international contracting.
    The document outlines a multi-year Request for Proposal (RFP) related to telecommunications and support services for the Baghdad Embassy Compound (BEC) and the Baghdad Diplomatic Support Center (BDSC). It delineates service line items (Sub CLINs) across five contract years, including fixed-price offerings for Direct-Inward-Dialing (DID) numbers, E1 lines, equipment leasing, technical maintenance, and Defense Base Act insurance. Each contract year is categorized into base and option years, with estimated pricing structured for numerous service units—most calculated monthly or based on usage. The optional services also list specific telecommunications needs such as long-distance calling and call detail records. The primary purpose is to solicit bids for critical communication services ensuring robust operational support within the Baghdad area. With a clear structure, the document facilitates potential contractors in understanding the needed deliverables and pricing methodologies, providing a foundation for public accountability and transparency in governmental contracting processes.
    The document details long-distance calling rates structured by region and option years, segmented into eight geographic zones: Europe, North America, South America, Asia, Oceania, Africa, Australia, and the Middle East. Each zone lists specific countries, their calling codes, and the per-minute pricing for various types of calls, including fixed, mobile, and special services. The information is presented in three sections: the base year and four option years, allowing for the potential adjustment of rates over time. Each entry systematically identifies the country, associated calling code, unit designation, and pricing structure, essential for government agencies managing telecommunication services. The primary purpose of the document is to provide a comprehensive framework for international calling costs related to government RFPs and grants, facilitating informed budgeting and planning for communication expenditures. By offering categorized pricing for diverse regions, the document supports strategic decision-making for agency communication needs while ensuring compliance with federal guidelines in public procurement processes.
    The Contract Information Sheet outlines the requirements for documenting the experience of potential offerors responding to a government Request for Proposal (RFP). It requires firms to list between three to five contracts from the last five years, providing detailed project information. Specific items include the contract title, contact information, role of the offeror (either as a Prime Contractor or Joint Venture Partner), contract amounts at award and completion, and start/completion dates. Moreover, offerors must describe the contracts, emphasizing features that align with the current solicitation and discussing any challenges faced. This standardized documentation aims to assess the capabilities and relevant experience of bidders to ensure quality and compliance in proposed projects, thereby reinforcing the overall integrity of the procurement process in government contracting.
    The document pertains to federal and state/local RFPs and grants aimed at advancing public service initiatives. It outlines the process for submitting proposals, eligibility criteria, and funding opportunities available to eligible organizations. Key points include the emphasis on collaboration among stakeholders, the importance of innovation in proposed projects, and adherence to federal and state regulations. The document also highlights deadlines for submissions, evaluation criteria for proposals, and the significance of community impact in the awarded projects. Overall, this file serves as a comprehensive guide for entities looking to secure funding through governmental avenues, promoting transparency and efficiency in securing financial resources for public benefit projects. The focus is on fostering partnerships that contribute to community development and enhancing public services through strategic investments.
    The Cybersecurity Supply Chain Risk Management (C-SCRM) Questionnaire is designed for vendors participating in government contracts, emphasizing the importance of managing risks associated with their supply chains. The document is structured into sections that capture essential contact information and assess the vendor's risk management practices, physical and personnel security protocols, and responsiveness to potential cybersecurity threats. Key items include identifying supply chain threats, mapping suppliers to these threats, and ensuring contractual obligations for security requirements are met. Additionally, the questionnaire inquires about employee background checks and measures to prevent tampering with information and communications technology (ICT) equipment. Vendors must respond with detailed information, and the government reserves the right to request further documentation for validation. This process aims to enhance security and compliance within federal acquisitions by ensuring suppliers adhere to established cybersecurity standards and best practices.
    Similar Opportunities
    Cell Phone communication services for US Embassy Tbilisi
    Buyer not available
    The Department of State is preparing to solicit proposals for cell phone communication services for the US Embassy in Tbilisi, Georgia. The procurement aims to establish a contract for cellphone communication services, which will include one base period and three optional one-year extensions, contingent on funding availability. These services are crucial for maintaining effective communication for embassy operations. The solicitation is expected to be issued on July 21, 2025, and interested vendors should submit their offers via email to the contracting office at TbilisiGSOProcurement@state.gov, as no electronic submissions will be accepted. For further inquiries, contact Anna Kosinska at 995322277000 or Tamar Jashi at 995322277172.
    Mobile Telephone Services
    Buyer not available
    The U.S. Embassy in London is seeking qualified contractors to provide mobile telephone services for its operations in London, RAF Croughton, and the U.S. Consulates in Belfast and Edinburgh. The contractor will be responsible for delivering comprehensive mobile services, including voice, SMS, data, and international roaming capabilities, ensuring at least 90% local network coverage and rapid maintenance for service issues. This contract, which will be awarded based on the best value to the government, spans one base year with four optional extension years, with a minimum order of £1,000 and a maximum of £400,000, excluding VAT. Interested vendors must register in the SAM database and submit their proposals electronically by the specified deadline, with further details available from primary contact Nicola Cullen at ProcurementBox2@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.
    Mobile Telephone Services
    Buyer not available
    The U.S. Embassy in Reykjavik, Iceland, is seeking proposals for mobile telephone services through Request for Quotation (RFQ) number 191C7025Q0002. The contractor will be responsible for providing comprehensive mobile services for a minimum of 50 lines, including local and international calling, SMS messaging, voicemail, data services, and temporary cellphone rentals for official visits. This procurement is crucial for ensuring reliable communication for U.S. government operations in Iceland, with a contract duration of one year and options for two additional years. Interested vendors must submit their bids by July 28, 2025, and ensure compliance with federal regulations, including cybersecurity requirements. For further inquiries, contact the Reykjavik Contracting Officer at reykjavikco@state.gov or call +354 595 2200.
    RFP for Department of State Worldwide Design/Build and Construction Project Indefinite Delivery/Indefinite Quantity Contracts
    Buyer not available
    The Department of State (DOS) is soliciting proposals for Worldwide Design/Build and Construction Services through Indefinite Delivery/Indefinite Quantity (IDIQ) contracts, aimed at selecting qualified firms for various construction projects at DOS facilities worldwide. The procurement includes two categories: a Small Business Set Aside, with up to 35 contracts available for specific socioeconomic groups, and a Full and Open category, with up to seven contracts available for broader competition. This initiative is crucial for enhancing the DOS's capabilities in delivering secure and functional diplomatic facilities, with contract values ranging from a minimum of $40,000 to a maximum of $800 million over a potential ten-year period. Interested offerors must submit their proposals electronically by August 1, 2025, and can direct inquiries to Kaitlin Lockett at lockettkf@state.gov or Glen Vierk at VierkGE@state.gov.
    Cell Phone Services, U.S. Embassy Suva, Fiji
    Buyer not available
    The Department of State is soliciting proposals for cell phone services for the U.S. Embassy in Suva, Fiji, under RFP No. 19GE5025R0084. The procurement aims to secure comprehensive telecommunications solutions, including local and international calling, data services, and technical support, over a five-year period with a maximum contract value of $1.2 million. These services are critical for maintaining effective communication for diplomatic operations. Proposals must be submitted electronically by July 15, 2025, at 1400hrs Central European Time (CET), with a virtual pre-proposal conference scheduled for June 24, 2025. Interested offerors should contact Ms. Ielyzaveta Ishchenko at IshchenkoIM@state.gov for further details and registration for the conference.
    Radio Tower Repeater and Microwave Link Project, U.S. Embassy Dili, Timor-Leste
    Buyer not available
    The Department of State is seeking proposals for the Radio Tower Repeater and Microwave Link Project at the U.S. Embassy in Dili, Timor-Leste, aimed at enhancing emergency communication capabilities. This procurement involves the supply, delivery, and installation of Motorola radio tower repeaters and microwave link systems, which are critical for improving disaster response and interoperability with U.S. and Australian partners. The project aligns with U.S. Integrated Country Strategies and supports the National Civil Protection Emergency Plan in Timor-Leste, emphasizing the importance of reliable communication infrastructure. Interested contractors should contact Kenneth G. Mamba at MambaKG@state.gov or Patticha Gruenbeck at GruenbeckP@state.gov for further details, with proposals due within 90 days of equipment delivery.
    WiFi Installation Prep Work
    Buyer not available
    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.
    Local and Long-Distance Telecommunications Services
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for local and long-distance telecommunications services at MacDill Air Force Base in Florida. The procurement aims to transition from legacy telecommunications systems to modern Session Initiation Protocol (SIP) technology, ensuring 24/7 operational support and compliance with Department of Defense standards. This initiative is critical for maintaining effective communication capabilities essential for military operations. Proposals are due by July 11, 2025, and interested vendors should direct inquiries to Jill Warye at jill.warye@us.af.mil or David Lovett at david.lovett@us.af.mil.
    Supply and installation of four flexible ducts for telecommunications infrastructure.
    Buyer not available
    The U.S. Department of State, through the U.S. Embassy in San Salvador, is soliciting quotes for the supply and installation of four flexible ducts to enhance telecommunications infrastructure outside its compound in El Salvador. Interested vendors are required to submit their quotations by July 18, 2025, following the detailed instructions provided in the solicitation package, which emphasizes the importance of compliance with specific requirements, including proof of SAM registration. This procurement reflects the U.S. Government's commitment to maintaining secure telecommunications in foreign environments, ensuring competitive bidding among contractors. A mandatory site visit is scheduled for July 3, 2025, and all inquiries must be directed to Ana Beatriz Coto at CotoAB@state.gov.