Amendment to USAID and CDC Internet Services Solicitation for U.S. Embassy Harare in Zimbabwe
ID: 19Z11525Q0006Type: 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. Embassy in Harare, Zimbabwe, is issuing an amendment to the solicitation for Internet services, specifically under solicitation number 19Z11525Q0006. This amendment primarily extends the bid due date to April 17, 2025, at 5:00 PM Harare time, and requires bidders to acknowledge receipt of this modification to ensure their offers are not rejected. The services sought are crucial for maintaining effective communication and operational capabilities at the embassy, reflecting the importance of reliable telecommunications in diplomatic functions. Interested contractors should direct inquiries to Joseph Anderson or Annie Chinyanganya at HarareGSOProcurement@state.gov, and must ensure acknowledgment of the amendment to participate in the bidding process.

Files
Title
Posted
Mar 20, 2025, 2:07 PM UTC
The USAID and CDC Internet Services Solicitation (RFQ # 19Z11525Q0006) seeks quotations for internet services at the U.S. Embassy in Harare, Zimbabwe. The procurement aims to provide dedicated internet circuits for USAID and CDC, ensuring high performance, reliability, and compliance with cybersecurity regulations. Companies interested in bidding must attend a pre-quotation conference scheduled for March 27, 2025, with proposals due by April 4, 2025. Service requirements include a minimum channel capacity of 40 Mbps, with specifications for installation, service quality, and maintenance. The contract spans one year with an option for an additional year. A comprehensive evaluation process will determine the award based on submitted quotations unless further discussions are warranted. Offerors must be registered with the System for Award Management (SAM) and fulfill specific documentation requirements related to pricing, representations, and cybersecurity attestations. The Solicitation underscores the U.S. government's commitment to secure and efficient internet services crucial for operational success in diplomatic missions.
The document outlines the completion instructions for the Cybersecurity Supply Chain Risk Management (C-SCRM) Questionnaire and the Software Producer Attestation Form, both required for entities submitting offers in response to federal government RFPs. It demands detailed responses regarding a vendor's risk management strategies, including identification of supply chain threats, supplier verification processes, and security protocols. The questionnaire is divided into sections, addressing contact information, vendor risk management plans, and physical and personnel security measures. Vendors must also attest to their compliance with secure development practices as specified in NIST guidelines. If compliance cannot be fully met, vendors are required to outline their mitigative practices and provide a Plan of Action & Milestones. This rigorous documentation process ensures that suppliers deliver secure and compliant software products, reflecting the government's emphasis on managing cybersecurity risks within the supply chain. The structured nature of these forms underscores the importance of accountability in the procurement process for federal and state/local agencies.
Apr 2, 2025, 1:04 PM UTC
This document is an amendment to a solicitation and concerns a contract issued by the Embassy of the United States of America in Harare, Zimbabwe. The primary purpose of the amendment is to extend the bid due date from the original date to 17 April 2025 at 1700 Harare time. The amendment underscores the necessity for bidders to acknowledge receipt of this modification to avoid rejection of their offers. Additionally, it indicates that all other terms and conditions of the original solicitation remain unchanged except as specified in this document. Contractors are required to sign and return copies of this amendment to confirm their acknowledgment. Overall, this document serves as an essential administrative update regarding the submission timeline for proposals related to the solicitation numbered 19Z11525Q0006.
The Secure Software Development Attestation Form aims to ensure that software used by federal agencies is developed following secure practices, as mandated by Executive Order 14028 and relevant federal regulations. This form reflects compliance with the Federal Information Security Modernization Act (FISMA), ensuring that security protocols for software are strictly adhered to. Software producers must attest to the use of best practices derived from the NIST Secure Software Development Framework (SSDF), particularly for those products developed or significantly modified after September 14, 2022. Producers not only complete the form but may also provide third-party assessments to validate their compliance. The attestation process includes specific security practices such as environment security, logging and monitoring, and vulnerability management. Certain software categories, like open-source or federal-developed software, are exempt from this requirement. The form must be signed by the CEO or their designee to validate the claims made about software security practices. Failure to provide accurate information could lead to disqualification of the software for use by federal agencies. This document is part of broader federal initiatives aimed at enhancing cybersecurity within 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.
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.
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.
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.
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.
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.
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.
Embassy Annex Building Refresh
Buyer not available
The U.S. Department of State is seeking qualified contractors to undertake the renovation of the Embassy Annex Building in Dar es Salaam, Tanzania, focusing on civil and building works. The project aims to modernize the working environment through extensive interior renovations, including painting, installation of new office furniture and carpet tiles, and construction of drywall partitions, while ensuring compliance with U.S. and local building codes. Interested contractors must submit a comprehensive technical proposal, cost proposal, proof of insurance, compliance certification, and evidence of SAM registration by May 15, 2025, with a site visit scheduled for April 30, 2025. For further inquiries, contractors can contact the Contracting Officer at DarProcurementBid@state.gov.
Preventive maintenance services for the facility’s fuel system at the U.S. Embassy Windhoek, Namibia
Buyer not available
The U.S. Embassy in Windhoek, Namibia, is seeking qualified contractors to provide preventive maintenance services for its fuel system, as outlined in Request for Quotation (RFQ) No. 19WA8025Q0021. The contractor will be responsible for ensuring that the fuel system, including a fuel oil polishing system and a fiberglass fuel storage system, remains in good operational condition and complies with manufacturer guidelines, thereby maintaining critical embassy infrastructure. This procurement is essential for the continued functionality and safety of the embassy’s fuel systems, with a contract duration of one year starting in June 2025, and the possibility of four one-year extensions. Interested parties must submit their quotations by May 6, 2025, and are encouraged to register in the System for Award Management (SAM) prior to submission; inquiries should be directed to Sarah E. Kahnt at whkproc@state.gov or Lazarus Shikongo at shikongola@state.gov by April 14, 2025.