Amendment to Backup Openet Internet Services Solicitation for U.S. Embassy Harare in Zimbabwe
ID: 19Z11525Q0007Type: 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 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.

Files
Title
Posted
Mar 20, 2025, 2:07 PM UTC
The request for quotations (RFQ) RFQ # 19Z11525Q0007 outlines the U.S. Embassy's need for Backup Openet Internet Services in Harare, Zimbabwe. The contract aims to establish a reliable backup internet connection to maintain operational integrity, especially in the event of primary service failure. Quotations are due by April 4, 2025, and interested vendors must attend a pre-quotation conference on March 27, 2025. Proposals should adhere to specific guidelines, including submission formats and necessary documentation, such as the SF-1449 form and SAM registration. The contractor will provide a dedicated internet channel with defined specifications, such as minimum bandwidth and service level agreements to ensure 99.6% availability. The document details requirements for service quality, latency, and compliance with regulations, emphasizing the need for unfiltered internet access. The primary goal is to secure high-quality, reliable connectivity for embassy operations. Additional provisions include responsibilities for installation, maintenance, and adherence to cybersecurity standards. The specifications aim to ensure both service independence and capacity for expansion, reflecting a commitment to continuous operational resilience for the U.S. Embassy in Zimbabwe.
The document outlines instructions for completing the Cybersecurity Supply Chain Risk Management (C-SCRM) Questionnaire and Software Producer Attestation forms required for federal offers. These forms aim to assess the vendor's capabilities in managing cybersecurity risks related to their supply chains and software products. The C-SCRM Questionnaire consists of sections that request critical information from vendors, including contact details, risk management plans, and security policies regarding supply chain threats, supplier contracts, and employee background checks. Vendors must provide responses in designated areas while the government may verify the accuracy of their information. The Software Producer Attestation form requires software producers to confirm adherence to secure development practices as specified in NIST SP 800-218. Producers should outline any areas of non-compliance and propose plans to achieve compliance. Overall, the document emphasizes the necessity for vendors to demonstrate robust cybersecurity measures as part of their offerings to federal agencies, ensuring the security of software supply chains and critical software products. Compliance with these instructions is vital for successful proposals under government RFPs and grants.
Apr 2, 2025, 1:04 PM UTC
This document is an amendment regarding the solicitation for a contract issued by the U.S. Embassy in Harare, Zimbabwe. It officially alters the due date for bid submissions from the previous date to 17 April 2025, with a specified time of 1700 Harare time. The amendment is part of solicitation number 19Z11525Q0007, originally dated 20 March 2025. The contractor is required to acknowledge receipt of this amendment to ensure their bid remains considered. Besides the specified changes, all other terms and conditions of the original solicitation remain unchanged. The document emphasizes adherence to the established protocols for submission and acknowledgment, which are critical to the bidding process for federal contracts. This amendment reflects the importance of flexibility and responsiveness in government procurement procedures, ensuring that all interested parties have adequate opportunity and clarity in the bidding timeline.
The Department of State’s Secure Software Development Attestation Form serves to assure the federal government that software utilized by its agencies is developed using secure practices. This requirement is framed by Executive Order 14028 and OMB Memorandum M-22-18, aimed at enhancing the cybersecurity of software supply chains. The form collects vendor information and requires CEO attestation that the software adheres to specified secure development practices, such as maintaining secure software environments, managing vulnerabilities, and ensuring trusted code supply chains. Self-attestation is mandated for software developed or significantly modified after September 14, 2022, and for products requiring continuous updates. Specific exclusions apply to software developed by federal agencies, open-source software, and certain third-party components. Agencies may also utilize software from producers unable to provide an attestation if specific risk mitigation documentation is submitted. The form itself is structured into sections that capture producer information and detailed security practices. It includes provisions for third-party assessments from certified organizations and outlines the repercussions for compliance failures. This initiative is central to ensuring that software used by federal agencies meets rigorous cybersecurity standards, promoting a safe digital environment in government operations.
Lifecycle
Similar Opportunities
Expression of Interest for Architectural and Engineering Services for U.S. Embassy Harare, Zimbabwe
Buyer not available
The U.S. Embassy in Harare, Zimbabwe is seeking qualified Architectural and Engineering (AE) firms to provide essential project development, design, supervision, and engineering services for various construction projects in the region. Interested firms must submit an Expression of Interest that includes a completed SF330 form, a detailed company profile, proof of registration with the Engineering Council of Zimbabwe, tax compliance documentation, two years of financial reports, and evidence of relevant past projects and current personnel capabilities. This procurement is vital for enhancing infrastructure in Zimbabwe, and the Embassy will select the firm that best meets its qualifications and requirements for the contracted services. Submissions must be emailed to HarareGSOProcurement@state.gov by 11:30 AM on May 2, 2025, with the subject line titled "PR15285075 for Architectural and Engineering Services (Company Name)."
JOFOC for the Chiller Controller Upgrade in Harare, Zimbabwe
Buyer not available
The U.S. Department of State, through the U.S. Embassy in Harare, Zimbabwe, is seeking to procure an upgrade for the existing chiller control systems from PCO3 to PCO5 on a single-source basis. This upgrade is essential due to the obsolescence of the current PCO3 controllers, which are no longer manufactured or supported, and aims to enhance HVAC efficiency and performance at the embassy. The selected contractor, Multistack, USA, is uniquely qualified for this project as the original manufacturer, ensuring the provision of genuine spare parts, warranty, and dedicated support, with an estimated total cost of $140,000. Interested parties must reach out to HarareGSOProcurement@state.gov by May 9, 2025, for further details.
AMENDMENT to Solicitation for Garden Services for U.S. Embassy Pretoria
Buyer not available
The U.S. Department of State is seeking proposals for garden services at the U.S. Embassy in Pretoria, South Africa, as part of an amendment to the solicitation originally posted on April 4, 2025. This procurement involves landscape architectural services, specifically to include maintenance for a newly added property located at 100 Totius Street, Groenkloof, Pretoria, which is associated with USAID. The services are crucial for maintaining the aesthetic and functional quality of the embassy grounds, ensuring a welcoming environment for diplomatic activities. Interested vendors can reach out to Johann Baasden at baasdenjw@state.gov or call +27 10 141 2472 for further details regarding the solicitation.
Technical Security Upgrade
Buyer not available
The U.S. Department of State is seeking contractor bids for a Technical Security Upgrade project at the U.S. Embassy in Bujumbura, Burundi, under Request for Quotes (RFQ) Number 19BY7025Q0014. The project involves comprehensive upgrades to security infrastructure, including design and installation, while adhering to safety regulations and the International Fire Code. This procurement is crucial for enhancing security at diplomatic facilities, ensuring compliance with federal standards. Interested contractors must attend a pre-quotation conference on April 30, 2025, with proposals due by May 15, 2025. For further inquiries, contact the Bujumbura Procurement Section at BujProcurement@state.gov or Fabrice Ndayikeza at Ndayikezaf@state.gov.
US Embassy Antananarivo VPN and Internet Connection Primary
Buyer not available
The U.S. Embassy in Antananarivo, Madagascar, is seeking vendors to provide a high-end, dedicated internet service with symmetrical bandwidth options of 60Mbps, 75Mbps, and 100Mbps. The procurement aims to secure a reliable internet connection that meets specific technical requirements, including a dedicated circuit, unfiltered access, and the ability to support VPN encryption devices, ensuring high-quality performance with minimal packet loss and high availability. This service is critical for the Embassy's operations, requiring a contract period from July 1, 2025, to June 30, 2026. Interested vendors must submit their quotations to Ruth Rajaona at rajaonarh@state.gov by April 29, 2025, at 4:00 PM local time.
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.
Make Ready and Repair Services for Residential Property
Buyer not available
The U.S. Embassy in Windhoek, Namibia, is soliciting quotations for Make Ready and Repair Services for residential properties, as outlined in Request for Quotation (RFQ) No. 19WA8025Q0024. The services required include comprehensive labor and materials for tasks such as carpentry, plumbing, painting, welding, and electrical work, aimed at ensuring the readiness and maintenance of residential facilities for embassy personnel. This procurement is crucial for maintaining the quality and safety of housing provided to U.S. government employees abroad. Interested contractors must submit their quotations by May 12, 2025, at 17h00 local time, and are encouraged to register in the System for Award Management (SAM) prior to submission. For inquiries, contact Sarah E. Kahnt at whkproc@state.gov or Lazarus Shikongo at shikongola@state.gov.
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.
Fence Extension
Buyer not available
The U.S. Department of State, through the U.S. Embassy in Georgetown, is soliciting bids for Fence Extension services, inviting qualified contractors to submit their quotations. The project requires contractors to provide a completed Standard Form 1442, pricing, representations and certifications, and proof of registration in the System for Award Management (SAM), with all work to be completed within 225 days after the notice to proceed. This procurement emphasizes compliance with local laws, timely performance, and cost-effectiveness, with the contract awarded to the lowest-priced, responsible offeror without discussions unless necessary. Quotations must be submitted electronically by May 30, 2025, at 2:00 PM, and interested parties can contact Joseph R Bengoechea at GeorgetownGSOProcurementDL@state.gov for further information.