Cellular Telecommunication Services
ID: 191S7025R0001Type: Presolicitation
Overview

Buyer

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

NAICS

Wireless Telecommunications Carriers (except Satellite) (517112)

PSC

IT AND TELECOM - NETWORK AS A SERVICE (DG10)
Timeline
    Description

    The U.S. Department of State is seeking proposals for Cellular Telecommunication Services for the U.S. Embassy in Jerusalem, Israel. The procurement aims to provide mobile phone services for an estimated 1,800 lines, including voice, data capabilities, international calling, and 24/7 customer support, with a focus on utilizing modern smartphones such as various iPhone and Samsung Galaxy models. This contract is crucial for ensuring reliable communication for diplomatic operations, with a base period of twelve months and four optional one-year extensions available at the government's discretion. Interested offerors must submit their proposals electronically by May 9, 2025, and can direct inquiries to Ronen Ben-Eli at BenEliRR@State.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    This government document pertains to the amendment of solicitation 191S7025R0001 for Cellular Telecommunications Services for the U.S. Embassy in Jerusalem. The amendment revises the due date for proposals to May 5, 2025, at 14:00 Israel Standard Time, and includes changes to solicitation sections, incorporating various attachments related to service requirements and details from a pre-proposal conference. Notable aspects include the importance of acknowledging the amendment for proposals to be considered valid, the list of U.S. Government facilities requiring service, and the provision of cybersecurity documentation. The solicitation emphasizes compliance with federal anti-discrimination laws and outlines penalties for failing to meet submission deadlines. The document structure includes sections detailing the schedule, solicitation changes, and contract clauses, all designed to clarify submission instructions and requirements for potential contractors. The purpose of this amendment is to ensure transparency and facilitate an efficient bidding process for telecommunications services, highlighting the government’s commitment to structured procurement.
    This document is an amendment to a solicitation for telecommunications services for the American Embassy in Jerusalem. It outlines important procedural requirements for acknowledgment of the amendment, including methods to confirm receipt and the consequences of failing to do so. The amendment revises the proposal due date to May 9, 2025, and includes responses to questions raised by interested offerors. Key points addressed in the amendment include the following: 1. Unlimited voice and SMS services are confirmed as per the original solicitation. 2. International roaming conditions are reiterated, including automatic inclusion of countries joining a roaming agreement with Israel. 3. Clarification on the requirement for e-SIM service and voice message distribution is provided. 4. Compliance with U.S. federal law, irrespective of local Israeli regulations, must be maintained. Additional inquiries cover payment conditions, proposer qualifications, and contractor liabilities, with responses available throughout the document. This amendment aims to ensure clarity and compliance for all participating contractors, reinforcing the solicitation’s original terms while facilitating the proposal process for interested parties.
    The government document outlines a request for proposals (RFP) for cellular telecommunications services for the U.S. Embassy in Jerusalem. It provides a comprehensive list of supported mobile phone models under the contract, detailing various iPhone (11 through 16, including Pro and Max versions) and Samsung Galaxy models (S20 through S25 series, including Plus and Ultra variants). The RFP includes provisions for any upcoming models that may be announced during the contract period. The emphasis on modern smartphones indicates the requirement for high-quality communication services, essential for embassy operations. This document is a crucial part of federal efforts to ensure consistent and reliable telecommunications capabilities for diplomatic missions.
    The C-SCRM Questionnaire and Software Producer Attestation Form is designed for software producers to demonstrate adherence to secure development practices as per NIST SP 800-218, underlining the importance of cybersecurity supply chain risk management. Producers must provide their names, list products, and attest to implementing security practices and tasks throughout the software development life cycle (SDLC). If unable to comply, they must identify non-compliant areas, propose risk mitigations, and outline a Plan of Action & Milestones (POA&M) to achieve compliance. The document emphasizes essential security requirements for software development, including secure coding practices, ongoing security risk assessments, integration of security tools, and the establishment of roles and responsibilities regarding software security. By addressing these areas, the C-SCRM framework aims to ensure the security posture of software products being procured by federal agencies. It encompasses guidelines for validating software integrity, protecting against unauthorized access, and managing secure software environments. The overarching intent is to enhance government software security amid rising cybersecurity threats, thereby ensuring compliance and safety throughout the software supply chain.
    The U.S. Embassy in Jerusalem is requesting proposals for Cellular Telecommunication Services through Solicitation Number 191S7025R0001. Interested offerors must adhere to the Federal Acquisition Regulation (FAR) clauses related to commercial products and services. A pre-proposal conference is scheduled for April 7, 2025, where potential bidders are encouraged to participate. Registration is required by April 2, 2025, via email. Proposals must be submitted electronically by April 28, 2025, with specified formatting guidelines to ensure file size does not exceed 30MB. Essential documents to include in the submission are the SF-1449, pricing section, C-SCRM questionnaire, and representations and certifications. Queries regarding the solicitation can be directed to the contracting officer, Mr. Ronen Ben-Eli, via email. This solicitation highlights the U.S. government's ongoing efforts to ensure efficient telecommunication services for its diplomatic mission in Israel while maintaining compliance with federal contracting regulations.
    The document outlines a Request for Quotation (RFQ) for cellular telecommunications services for the U.S. Embassy in Jerusalem, seeking a contractor to provide mobile phone services for up to 1,800 lines. The contract stipulates that services will include mobile telephony equipment, voice and data capability, international calling, and 24/7 customer support. The contractor must ensure extensive coverage across Israel, the West Bank, and Gaza, utilizing 5G where available and maintaining high-quality network performance. The contract operates on a base year with four option years, allowing for potential extensions. Pricing includes various mobile plans with detailed specifications on services, such as unlimited local and international call minutes, SMS messaging, and international roaming. Additionally, it emphasizes the need for full compliance with local regulations, the provision of SIM and eSIM services, and maintaining excellent customer service standards. Overall, this RFQ reflects the U.S. Government's commitment to ensuring reliable communication services for its diplomatic operations in Israel.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Mobile Telephone Services for US Embassy Ljubljana, Slovenia
    State, Department Of
    The U.S. Embassy in Ljubljana, Slovenia, is seeking qualified vendors to provide mobile telephone services under Request for Quotations (RFQ) number 19S16026Q0003. The contract, set to commence on March 1, 2026, will cover comprehensive mobile services for 117 lines, including voice and data packages, international calling/roaming, SMS/MMS, voicemail, and 24-hour customer service, with an emphasis on high network quality and detailed monthly billing. This procurement is critical for ensuring effective communication for embassy operations, and proposals must be submitted electronically by January 12, 2026, at 10:00 AM local time, with specific formatting requirements and necessary documentation, including a Cybersecurity Supply Chain Risk Management Questionnaire and a Contractor Certification for NDAA Covered Telecommunications Equipment. Interested parties can reach out to Marijan Kruhar at KRUHARM@STATE.GOV or the Ljubljana Procurement Team at LjubljanaProcurement@state.gov for further inquiries.
    Limited Sources Justification and Approval FAR Part 8.4
    State, Department Of
    The Department of State is seeking to procure short-term cellular phone services for all Department of State (DOS) employees and authorized users, with a contract duration of six months. This procurement aims to address an urgent need for voice and data plans, international roaming, mobile hotspots, and emergency services while longer-term contract vehicles are being established. The services will be provided through sole source task orders to AT&T Wireless, T-Mobile, and Verizon, as determined necessary due to delays in follow-on awards and an internal reorganization. Interested parties can reach out to Andrew Rothstein at RothsteinAT@state.gov or David Ziemba at ziembade@state.gov for further information.
    Mobile Communication Services for the U.S. Mission to Canada
    State, Department Of
    The U.S. Department of State is seeking qualified vendors to provide Mobile Communication Services for employees of the U.S. Diplomatic Mission located in Canada. The contract will cover mobile services for an estimated number of users, with the solicitation expected to be issued on the www.SAM.gov website when ready. This procurement is crucial for ensuring effective communication for U.S. personnel across various locations in Canada, including the U.S. Embassy in Ottawa and several consulates. Interested parties should prepare to submit their quotations electronically or via mail once the solicitation is released, and must be registered in the System for Award Management (SAM) at the time of submission and contract award. For further inquiries, potential offerors can contact the Contracting Officer at ContractsOttawa@state.gov or by phone at 613-688-5250.
    Limited Sources Justification and Approval FAR Part 8.4
    State, Department Of
    The Department of State is seeking to award a six-month sole source contract for cellular phone services to AT&T Wireless, T-Mobile, and Verizon, ensuring continued communication capabilities for all Department employees and authorized users. This temporary procurement is critical to maintain essential services, including voice, data, international roaming, mobile hotspots, and emergency notifications, while the Department finalizes longer-term contract vehicles. The urgency of this contract arises from delays caused by an internal reorganization, which jeopardized the development of a suitable requirements document, potentially leading to a complete loss of cellular capabilities. Interested parties can reach out to Andrew Rothstein at RothsteinAT@state.gov or David Ziemba at ziembade@state.gov for further information.
    Limited Sources Justification and Approval FAR Part 8.4
    State, Department Of
    The Department of State is seeking to procure cellular phone services for its employees and authorized users on a short-term basis of six months. This procurement aims to ensure the continuity of mission-critical cellular communications, including emergency notification services, while longer-term contract vehicles are being established. The services will be provided through sole source task orders to AT&T Wireless, T-Mobile, and Verizon under GSA’s SIN 517312 – Wireless Mobility Solutions, with a focus on maintaining fair and reasonable pricing based on GSA-set rates. Interested parties can reach out to Andrew Rothstein at RothsteinAT@state.gov or David Ziemba at ziembade@state.gov for further information.
    Fuel Supply Services for US Embassy Jerusalem
    State, Department Of
    The U.S. Embassy in Jerusalem is soliciting proposals for Fuel Supply Services under Solicitation Number 191S4026R0003, following FAR parts 12 and 15 acquisition regulations. The procurement aims to secure a fixed-price, indefinite quantity/indefinite delivery contract for various fuel types, including vehicle fuel and generator fuel, with a base period from January 1, 2026, to December 31, 2026, and options for four additional years. This contract is crucial for supporting the operational needs of approximately 376 U.S. Government vehicles and ensuring reliable fuel delivery to specified Embassy locations. Interested offerors must submit their proposals electronically by December 22, 2025, at 2:00 PM, and can direct inquiries to Rana Baseer at BaseerRI@state.gov.
    Landline and PRI Services for the Embassy Phone System from 01/01/2026 to 12/31/2026
    State, Department Of
    The U.S. Embassy in Rabat, Morocco, is soliciting bids for landline and Primary Rate Interface (PRI) services for the period of January 1 to December 31, 2026. The procurement includes approximately 150 non-internet-based, copper-wire landlines for the Embassy compound and designated residences, as well as four PRI lines providing 800 Direct Inward Dialing numbers, with existing numbers to be retained. These services are crucial for maintaining reliable communication within the Embassy and its associated locations. Interested local firms with relevant expertise must submit their comprehensive offers, including pricing details, to rabatgsoprocurement@state.gov by December 24, 2025, at 4:00 PM local time, referencing PR15713814. Questions regarding the solicitation are due by December 17, 2025, at 4:00 PM local time.
    Wireline Communication Services for the U.S. Mission to Canada
    State, Department Of
    The U.S. Department of State is seeking qualified vendors to provide Wireline Communication Services for the U.S. Diplomatic Mission to Canada, including the U.S. Embassy in Ottawa and various consulates across the country. The contract encompasses a range of services such as Analog Phone Services, Data Transport Services (PRI), SIP-Based Telephony Services, and Managed Dedicated Internet Services, with an emphasis on comprehensive invoicing and service continuity. This procurement is critical for maintaining effective communication capabilities for U.S. diplomatic operations in Canada. Quotations are due by January 5, 2025, at 16:00 EST, and interested parties must be registered in the SAM database and submit their proposals via email to ContractsOttawa@state.gov.
    Justification & Approval - 19PM0723P0449 - GRUPO DE COMUNICACIONES DIGITALES, S.A.
    State, Department Of
    The Department of State, specifically the Embassy in Panama City, is seeking to establish a contract for cellphone services to support the International Narcotics and Law Enforcement (INL) units. This procurement aims to ensure reliable communication capabilities for INL operations, which are critical for maintaining effective law enforcement and drug control efforts in the region. Interested vendors should note that the primary contact for this opportunity is Johanna Martinez, who can be reached at INLPROCPANAMA@STATE.GOV or by phone at 507-317-5000, while the contracting officer Timothy Carpenter can be contacted at PNMPROCREQ@state.gov or 507-317-5399. Further details can be found in the associated Justification and Approval document (PR11436615JOFOCsigned.pdf).
    Cellphone Accessories for the U.S. Embassy Kyiv
    State, Department Of
    The U.S. Department of State is seeking vendors to provide cellphone accessories for the U.S. Embassy in Kyiv, Ukraine. The procurement aims to fulfill specific requirements for office supplies, particularly in the category of telephone and telegraph equipment, as classified under NAICS code 339940 and PSC code 5805. These accessories are essential for maintaining effective communication and operational efficiency within the embassy. Interested vendors must submit their quotes through the UNISON platform, as no bids submitted outside of this system will be accepted. For further inquiries, vendors can contact Mark Ananka or Dmytro Kurylenko at KyivSolicitations@state.gov or by phone at +380445215000.