WIFI DIN and Wired DIN Internet Solicitation for U.S. Embassy Harare in Zimbabwe
ID: 19Z11525Q0003Type: Solicitation
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 Mar 20, 2025, 12:00 AM UTC
  2. 2
    Updated Mar 20, 2025, 12:00 AM UTC
  3. 3
    Due Apr 4, 2025, 2:00 PM UTC
Description

The U.S. Department of State is soliciting proposals for Wifi DIN and Wired DIN Internet services for the U.S. Embassy in Harare, Zimbabwe. The procurement includes two dedicated internet circuits: one providing 100 Mbps for WiFi and another offering 20 Mbps for wired connections, both requiring a Service Level Agreement (SLA) with 99.5% uptime and strict performance standards. This initiative is crucial for maintaining reliable communication infrastructure at the embassy, ensuring compliance with U.S. government regulations, including cybersecurity measures. Interested vendors must submit their quotations by April 4, 2025, following a pre-quotation conference scheduled for March 27, 2025. For further inquiries, potential offerors can contact Joseph Anderson or Annie Chinyanganya at HarareGSOProcurement@state.gov.

Files
Title
Posted
The document is a Request for Quotations (RFQ) from the U.S. Government for Wifi DIN and Wired DIN Internet services at the U.S. Embassy in Harare, Zimbabwe. The RFQ, #19Z11525Q0003, outlines the requirements for reliable internet connectivity, including two dedicated internet circuits: one with 100 Mbps for WiFi and another with 20 Mbps for wired connections. Key stipulations include a Service Level Agreement (SLA) with 99.5% uptime and strict standards for latency, bandwidth, and packet loss. Proposals must include necessary documentation like pricing, representations, SAM registration, and cybersecurity compliance. Quotations are due by April 4, 2025, following a pre-quotation conference on March 27, 2025. The contract aims to ensure high-quality service and responsiveness to potential outages while adhering to U.S. government regulations, including prohibitions on certain technologies. The procurement process encourages contractor accountability and has tight deadlines and specifications to promote effective proposal management. This initiative reflects the government’s commitment to maintaining critical communication infrastructure.
The document comprises completion instructions for two Excel worksheets related to Cybersecurity Supply Chain Risk Management (C-SCRM) and software producer attestation, critical for vendors submitting offers to the federal government. It outlines how vendors should provide information about their organization, including the primary point of contact and details for their risk management plans, specifically regarding key supply chain threats and supplier verification processes. Section One focuses on contact details, while Section Two addresses risk management practices, such as identifying threats, mapping suppliers, and ensuring compliance with Security Control Standards like those found in NIST publications. Section Three touches on physical and personnel security measures. The Software Producer Attestation Form requires vendors to confirm adherence to secure development practices stipulated in NIST SP 800-218, requiring statements on software security and plans for compliance if non-conformities exist. Overall, the document emphasizes the government's commitment to secure software supply chains and asks vendors to demonstrate their compliance with critical cybersecurity standards, reflecting a broader initiative to enhance national cybersecurity resilience amidst increasing supply chain vulnerabilities.
The Department of State's Secure Software Development Attestation Form is designed to provide assurances regarding the secure development of software utilized by federal agencies. It operates under the guidelines established by Executive Order 14028 and relates to the Federal Information Security Modernization Act (FISMA). This form requires software producers to attest that their products adhere to secure development practices outlined by the National Institute of Standards and Technology (NIST). Specific requirements include software developed after September 14, 2022, major updates to existing software, and ongoing software modifications. Exemptions apply to software produced by federal agencies or freely available public software. The attestation must be signed by a designated executive of the company, affirming compliance with security practices. Moreover, the form allows for third-party assessments from certified organizations to verify adherence to these standards. Agencies cannot utilize software without this attestation, which emphasizes the government's commitment to cybersecurity in software supply chains. This initiative reflects a structured approach to enhance the security of critical software used within federal operations, aiming to mitigate cybersecurity risks proactively.
Lifecycle
Title
Type
Solicitation
Similar Opportunities
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.
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 high availability and minimal packet loss. This contract is critical for maintaining reliable communication infrastructure essential for U.S. diplomatic operations in the region. 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 outlined in the associated documentation.
Construction of a Tennis Court Retaining Wall at the U.S. Embassy Harare, Zimbabwe
Buyer not available
The U.S. Embassy in Harare, Zimbabwe, is seeking qualified firms to construct a tennis court retaining wall at one of its residences, as outlined in RFQ No. PR15196455. Interested contractors must demonstrate technical qualifications, financial stability, and compliance with specific requirements, including proficiency in English, possession of local licenses, adequate insurance, and a clean criminal record. This project underscores the embassy's commitment to engaging qualified local contractors for development initiatives while adhering to U.S. governmental standards. Interested parties should request solicitation documents and site visit access via email by April 14, 2025, with a site visit scheduled for April 16, 2025. For inquiries, contact Joseph Anderson or Eliot Tseriwa at HarareGSOProcurement@state.gov or call +26388677011000.
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.
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.
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)."
Cellphone Services Contract for Embassy Male'
Buyer not available
The U.S. Embassy in Colombo is soliciting quotations for a Cellphone Services Contract to provide mobile telecommunications in the Maldives, specifically in Male'. This contract aims to ensure comprehensive mobile connectivity for the Embassy, including call capabilities within the Maldives and internationally, SMS messaging, and 24/7 customer support, with a one-year duration and four optional renewals. The procurement emphasizes adherence to cybersecurity standards and government regulations, including tax exemptions for foreign procurements, and will utilize a comparative evaluation process to determine the best value offer. Quotations are due electronically by June 2, 2025, and must include various required documents, including the SF-1449 cover sheet and compliance certifications. For inquiries, interested parties can contact Yogaganesh Sundaravel at sundaravelyg@state.gov or Danujaya Muthugala at muthugaladr@state.gov.
Mobile Telephone Services contract
Buyer not available
The U.S. Department of State is seeking qualified contractors to provide mobile telephone services for the U.S. Embassy in Ulaanbaatar, Mongolia. The contract encompasses a range of services, including unlimited domestic calls, international roaming, and data services, with a focus on effective service delivery and compliance with quality standards. This procurement is crucial for maintaining high connectivity and customer support for embassy operations. Interested contractors must submit their quotations by May 18, 2025, and are encouraged to attend a pre-quotation conference on April 28, 2025. For further inquiries, contact Elizabeth Wysocki at WysockiEM@state.gov or Khaliun Myagmarsuren at khaliunm@state.gov.
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.
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.