Radio Tower Repeater and Microwave Link Project, U.S. Embassy Dili, Timor-Leste
ID: 19GE5025Q0104Type: Combined Synopsis/Solicitation
Overview

Buyer

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

NAICS

Telephone Apparatus Manufacturing (334210)

PSC

RADIO AND TELEVISION COMMUNICATION EQUIPMENT, AIRBORNE (5821)
Timeline
    Description

    The Department of State is seeking qualified contractors for the Radio Tower Repeater and Microwave Link Project at the U.S. Embassy in Dili, Timor-Leste. The procurement involves the supply, delivery, and installation of radio tower repeaters and microwave link systems across multiple sites, aimed at enhancing disaster response capabilities and interoperability with U.S. and Australian partners. This initiative is critical for improving emergency communication infrastructure in Timor-Leste, aligning with broader strategic goals for regional cooperation. Interested parties should contact Kenneth G. Mamba at MambaKG@state.gov or Patticha Gruenbeck at GruenbeckP@state.gov for further details, with proposals due by the extended deadline outlined in the solicitation documents.

    Point(s) of Contact
    Kenneth G. Mamba
    MambaKG@state.gov
    Patticha Gruenbeck
    GruenbeckP@state.gov
    Files
    Title
    Posted
    The U.S. Embassy in Dili, Timor-Leste, has issued a solicitation (19GE5025Q0104) for the Supply, delivery, and installation of radio tower repeaters and microwave link systems across various locations in the country, aimed at providing humanitarian assistance. The project, which also involves end-user training, is coordinated with the Office of Defense Cooperation to ensure compliance with local systems and compatibility with existing infrastructures. All proposals must meet Brand Name specifications, primarily sourcing Motorola equipment, while other items may be offered as "brand or equal." The government seeks competitive bids to assess both price and technical capabilities, fully incorporated into the evaluation criteria. Offerors must detail their experience, qualifications, and solid plans for site access and technical compatibility, especially regarding existing data management systems managed by an Australian contractor. The contract will be awarded as a firm fixed-price purchase order, including all expenses related to equipment installation and training, with warranties required for all items. All submissions will undergo a two-phase evaluation process, with the first phase focusing on documentation compliance and the second on pricing and technical proposals. The overall timeline stipulates that all services should be concluded within 90 days of equipment delivery, ensuring prompt support for the Timorese government’s telecommunications readiness.
    The document is an amendment (0001) for solicitation number 19GE5025Q0104, pertaining to the Radio Tower Repeater and Microwave Link Project for the U.S. Embassy in Timor-Leste. This amendment includes updates such as the extension of offer submission deadlines and the incorporation of Attachment 7—Questions and Answers (Q&A). The project involves supplying, delivering, and installing radio tower equipment at multiple sites, emphasizing the need for Motorola brand equipment alongside alternatives for other products. It highlights the necessity for compliance with existing systems, site coordination in a foreign environment, and legal permits for work performed in Timor-Leste. The evaluation process consists of two phases: Phase 1 focuses on submitting price and technical volumes, while Phase 2 demands a detailed price proposal and compliance materials. Offers will be assessed based on technical capability, past performance, and price to determine the best value for the government. The government also addresses customs and tax exemptions, ensuring contractors comply with federal regulations throughout the project lifecycle. The amendment reinforces the overall project objective of providing humanitarian assistance in collaboration with the Office of Defense Cooperation while adhering strictly to procurement guidelines.
    The document outlines the requirements for the supply and installation of Motorola SLR5500 Capacity MAX repeaters and associated systems across various new and existing sites. It details specific locales, including Triloca, Beaco, Babulo, and others, providing coordinates and outlining installation tasks such as hardware setup, networking, power solutions, and backhaul linking. New sites generally require multiple repeaters and respective infrastructure for operational functionality, while existing sites involve enhancing capabilities through additional repeaters and upgrading power and networking systems. The project appears to be part of a governmental initiative aimed at enhancing communication infrastructure through robust repeater systems, ensuring effective radio communication in various locations. The inclusion of technical specifications and logistical details signal adherence to compliance with federal and local operational standards. Overall, the document reflects a substantial investment in upgrading telecommunications infrastructure to meet specified operational needs and safety standards while maintaining a structured approach to project execution.
    Appendix B outlines specifications for power solutions in equipment procurement relevant to federal and local government projects. It specifies that DC powered devices should operate between 12-15V DC, while AC powered devices must be compatible with standard 230V-250V AC mains, drawing no more than 10 Amps, and functioning within a 50-60Hz frequency range. The document designates acceptable plug types (IEC, Type C, Type I, Type G) corresponding to various global regions to ensure compatibility. Furthermore, the use of adapters for connectivity is permitted. This appendix serves as a guideline for compliance in electrical equipment design and connection for government contracts, ensuring operational efficiency and safety in power solutions across different geographical settings. Overall, it aims to facilitate effective procurement of power-compatible equipment that meets regional standards and requirements.
    The Timor-Leste Radio Tower Project, initiated by the Oceania Engagement Team and supported by the US Embassy in Timor-Leste, aims to enhance disaster response capabilities by supplying communication equipment and training to the Ministry of Interior and Civil Protection Authority (CPA) of Timor-Leste. This project aligns with US and Australian strategic goals and will improve the nation's emergency communication systems through the installation of radio tower equipment and the establishment of an operations center. The project comprises three phases: 1. **Delivery and Installation**: Involves installing repeater towers and ensuring technical compatibility with existing systems. 2. **Operations Center Setup**: Requires providing network management servers, training resources, and IT infrastructure including monitors and laptops. 3. **Technical Training**: Focuses on comprehensive training for local technicians to ensure maintenance capabilities and operational knowledge. Contractors are responsible for logistical coordination with Australian partners and must comply with local labor requirements. Cost proposals must encompass all aspects of the project, from equipment to training, without expecting additional compensation for unforeseen expenses. This comprehensive initiative underlines collaboration between the US, Australian governments, and Timor-Leste, promoting enhanced disaster preparedness and response.
    The Department of State seeks approval for a firm-fixed-price purchase order to install emergency communications equipment in Timor-Leste, enhancing the capacity for disaster response and interoperability with US and Australian partners. This installation supports the ongoing Australian project, specifically for the National Civil Protection Emergency Plan, aligning with US Integrated Country Strategies and requirements for ASEAN membership. The justification cites the use of Motorola equipment, essential due to compatibility issues; non-Motorola products would complicate the existing Digital Mobile Radio (DMR) network, increasing risk, costs, and timelines. The market research indicates that only Motorola Solutions can fulfill the agency's needs, as alternatives would introduce interoperability challenges. The Office of Defense Cooperation intends to solicit offers on SAM.gov, despite recognizing a lack of competition for future contracts. The determination of fair and reasonable pricing has been made based on independent estimating and competitive pricing. The document concludes with certifications of accuracy and legal sufficiency and outlines a plan to reassess competition viability if new sources arise in the future.
    The document outlines regulations and representations relevant to contractors engaging with federal agencies, particularly concerning procurement and compliance with various legal provisions. It emphasizes the necessity for entities to complete specific representations in the System for Award Management (SAM) regarding telecommunications equipment, compliance with the Federal Acquisition Supply Chain Security Act, and disclosures related to significant administrative and legal matters including prior convictions and tax liabilities. The document also includes clarity on the prohibitions against contracting with entities linked to certain telecommunications services, the requirements for due diligence in understanding the relationship with previous contracts, and certifications concerning potentially restrictive business operations, especially related to foreign entities and child labor. Importantly, it reinforces the importance of maintaining compliance in communications about waste, fraud, or abuse within contract execution. Overall, these provisions aim to establish a transparent and accountable procurement process, ensuring entities meet compliance standards while ensuring the integrity and security of federal acquisitions.
    The document outlines a detailed schedule for pre-proposal site visits associated with a government request for proposal (RFP) led by Ken Griffiths from the Australian Federal Police (AFP TLPDP). It lists several locations in a specific region, such as Triloca, Beaco, and Babulo, among others, with a uniform timeframe stipulating that site visits must occur within 30 days from the solicitation issuance date, which is yet to be determined (TBD). The contact for all logistical coordination is Ken Griffiths, providing his email and phone number for inquiries. The information is structured in a tabular format, referring to an attachment for further details regarding each site. This document serves as critical preliminary information for potential bidders, facilitating coordination with the designated point of contact ahead of the proposal submission.
    The document addresses Questions and Answers (Q&A) regarding Solicitation No. 19GE5025Q0124, which pertains to specific sites in Oecusse, Atauro, and Taroman. It primarily responds to inquiries about the availability of site design documentation and photographs for the seven designated sites. However, the response indicates that only limited information is available, as no comprehensive materials are provided. The document appears to be part of a government Request for Proposals (RFP) process, aiming to inform potential bidders about the scope of needed materials and site conditions relevant to the solicitation. The inquiry process and the government's response highlight the transparency required during the RFP process, ensuring that interested parties have access to crucial details to prepare their proposals effectively.
    Lifecycle
    Title
    Type
    Similar Opportunities
    NUKU'ALOFA - SUPPLY AND INSTALLATION OF SECURITY GRILLS AT IER
    State, Department Of
    The U.S. Department of State is preparing to solicit bids for the supply and installation of security grills at the Interim Executive Residence (IER) of the American Embassy in Nuku'alofa, Tonga. This fixed-price contract aims to enhance the security infrastructure of the embassy's residence, which is crucial for ensuring the safety of personnel and sensitive operations. The solicitation will be published on SAM.gov when ready, and interested vendors are encouraged to submit their offers electronically via email to MRSSProcurement@state.gov, adhering to specified file size and format requirements. For further inquiries, potential bidders can contact Mark Whitehead or Jackie Kho at the provided email or phone number.
    RFQ_19NP4026Q0570_Network Components
    State, Department Of
    The US Embassy in Kathmandu is seeking proposals for the procurement of Network Components, specifically items such as S4110-4848, S4120-1048, and TN-SFP-GE-T or equivalents, along with associated shipping and handling services. The contractor will be responsible for executing logistics, customs, shipping, transportation, insurance, and all related management support functions, ensuring the delivery of new and authentic products. This procurement is critical for maintaining the embassy's IT and telecommunications infrastructure, with a firm-fixed-price contract expected to be awarded based on the lowest-priced, acceptable, responsible quoter. Proposals are due by January 5, 2026, at 11:59 pm Kathmandu local time, and must be submitted electronically to KTMContracts@state.gov, with queries accepted until December 14, 2025. All interested contractors must be registered in the SAM database prior to contract award.
    Cell Phone communication services for US Embassy Tbilisi
    State, Department Of
    The U.S. Embassy in Tbilisi, Georgia, is seeking qualified vendors to provide Cell Phone Communication Services under Solicitation Number 19GG8026Q0004. The contract will encompass a range of services including SIM cards, local and international calls, high-speed internet, and 24-hour customer support, with a requirement for a minimum of 50 and a maximum of 800 plan subscriptions. This procurement is critical for ensuring reliable communication for embassy operations, with specific performance criteria such as 90% network coverage in Georgia and a 99.9% network uptime. Quotations are due by January 20, 2025, and interested parties must submit their proposals electronically to TbilisiGSOProcurement@state.gov, ensuring compliance with all specified requirements, including SAM registration and completion of the Cybersecurity Supply Chain Risk Management Questionnaire.
    Installation Project of New Daikin Chiller
    State, Department Of
    The Department of State is seeking contractors for the installation of a new Daikin chiller at the U.S. Embassy in Tbilisi, Georgia. The project involves the installation of a government-furnished Daikin chiller model EWAHC13TZXLC2+OP08, which is crucial for maintaining the embassy's climate control systems. This procurement is significant as it ensures the operational efficiency and comfort of the embassy facilities. Interested parties can reach out to John McDonald at mcdonaldjk@state.gov or by phone at 995332277000 for further details regarding the contract.
    CCTV Installation
    State, Department Of
    The U.S. Embassy in Nassau, The Bahamas, is seeking proposals for the installation of a CCTV system at a U.S. Government property. The project requires bidders to be technically qualified and financially responsible, meeting specific criteria such as SAM registration, English proficiency, and local licensing, with non-Bahamian companies needing to register to do business in The Bahamas and obtain a Bahamian TIN. This installation is crucial for enhancing security measures and involves supplying all necessary labor, materials, and equipment, while adhering to various federal and international codes and standards. Interested contractors must attend a site visit on December 17, 2025, and submit their proposals by December 29, 2025, with all inquiries directed to Deana Nelson at NelsonDA@state.gov.
    Internet Service
    State, Department Of
    The U.S. Department of State, through the U.S. Embassy in Bangkok, Thailand, is preparing to solicit proposals for Internet Circuit 500/500 Mbps service. This procurement aims to secure reliable internet connectivity essential for the embassy's operations, ensuring efficient communication and data transfer. The contract will be awarded to the responsible company that submits the lowest acceptable offer, with the intention to proceed without discussions unless necessary. Interested vendors must be registered in the System for Award Management (SAM) database prior to proposal submission, and they can direct inquiries to Ramon Menendez-Carreira or Poonnakrit Pinlaor via the provided email addresses. The solicitation will be published on SAM.gov once it is ready.
    Solicitation for Media and Social Media Monitoring - PD U.S. Embassy Jakarta
    State, Department Of
    The U.S. Embassy in Jakarta, Indonesia, is soliciting proposals for Media and Social Media Monitoring services for its Public Diplomacy Department through Request for Quotations (RFQ) number 191D3226R0010. The contract, which is a firm fixed-price agreement for a one-year period with an option for an additional year, requires the contractor to provide comprehensive monitoring and summarization of various media sources, including online, print, TV, radio, and social media, with all deliverables needing to be in excellent English. Interested vendors must be Indonesian entities with qualified staff, and the maximum contract value is Rp.1,760,000,000. Quotations are due by December 19th, 2025, and must be submitted electronically or via mail, with all required documentation, including proof of SAM registration, to be included in the submission. For further inquiries, interested parties can contact Bryant H. Whitfield or Desi Iskasari at the U.S. Embassy.
    PR15698189-DT TATA DIN/NEN Renewal 2025-26
    State, Department Of
    The U.S. Department of State, through the American Consulate General in Mumbai, is soliciting proposals for the acquisition and upgrade of a 1GBPS TATA Internet Lease Line (ILL), transitioning from an existing 40MBPS service. The procurement aims to provide a reliable and high-performance internet connection for multiple agencies at the consulate, ensuring seamless communication and operational efficiency. This service is critical for supporting the Diplomatic Technology office's needs, requiring features such as 30 static IP addresses, 24/7 customer support, and a guaranteed uptime of over 99.9%. Proposals are due by December 19, 2025, at 16:00 local time, and interested vendors must submit their offers via email to mumbaiprocurement@state.gov, with an estimated contract value of $35,000.
    TEGUC - GSA RFQ1786155S - Materials to Repair Building Roof
    State, Department Of
    The U.S. Department of State, through the U.S. Embassy in Tegucigalpa, is seeking qualified vendors to supply waterproofing materials necessary for the preventive maintenance of the rooftop of the old embassy building in Honduras. The objective of this procurement is to prevent flooding within the building, thereby protecting valuable assets such as equipment and furniture. These materials are crucial for maintaining the integrity of the embassy's infrastructure and ensuring operational continuity. Interested parties can reach out to Edward Ortiz at TguBids@state.gov or Carlos Figueroa at TGUBids@state.gov for further inquiries, with the solicitation identified as GSA RFQ1786155S.
    INTERNET SERVICES
    State, Department Of
    The U.S. Department of State, through the U.S. Embassy in Niamey, Niger, is preparing to solicit proposals for internet services under presolicitation notice 19NG6025Q0008. This procurement is a continuation of services previously provided under contract number 19NG6020D0002, indicating the ongoing need for reliable wired and wireless telecommunications services in the region. Interested vendors are encouraged to monitor SAM.gov for updates and further inquiries, as this opportunity emphasizes the importance of maintaining effective communication infrastructure. For additional information, interested parties may contact James Johnsen at JohnsenJL@state.gov or Saratou Yahouza at YahouzaS@state.gov.