MOBILE TELEPHONE (CELL PHONE) SERVICES FOR U.S. EMBASSY OUAGADOUGOU BURKINA FASO
ID: 19GE5025R0035Type: Presolicitation
AwardedSep 26, 2025
$1.8M$1,750,000
AwardeeORANGE SA BURKINA FASO Ouagadougou BFA
Award #:19GE5025D0143
Overview

Buyer

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

NAICS

Wireless Telecommunications Carriers (except Satellite) (517112)

PSC

IT AND TELECOM - NETWORK SUPPORT SERVICES (LABOR) (DG01)
Timeline
    Description

    The Department of State is seeking proposals for mobile telephone services for the U.S. Embassy in Ouagadougou, Burkina Faso, under Solicitation Number 19GE5025R0035. The procurement aims to establish a firm fixed-price Indefinite-Delivery Indefinite-Quantity (IDIQ) contract, which includes one base year and four optional renewal years, to provide comprehensive cellular network communications services, including local and international calling, internet access, and customer support for up to 550 users. This contract is crucial for ensuring effective communication for embassy operations and will be awarded following Simplified Acquisition Procedures, with proposals due by April 8, 2025, and inquiries accepted until March 25, 2025. Interested vendors should contact Katy Fischer at FischerK1@state.gov for further details.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines Solicitation Number 19GE5025R0035, which aims to secure mobile cellular phone services for the U.S. Embassy in Ouagadougou, Burkina Faso. The contract is structured as a Firm Fixed Price Indefinite-Delivery Indefinite-Quantity (IDIQ), allowing for task orders with an estimated minimum order of $5,000 and a maximum of $2,000,000 over its term. The services needed include SIM cards, local and international calling, internet access, and customer support for up to 550 users. The contract specifies performance requirements, including 90% network coverage in urban areas, a breakdown of monthly call billing, and detailed invoicing procedures. The contractor is responsible for maintaining service quality, rapid problem resolution, and adherence to reporting and insurance requirements. Provisions for personal data security and technological adaptability are incorporated, allowing the government flexibility in updates or service changes. The contracting officer, Daniel J. Jackson, oversees the administration, while the contractor must comply with various federal acquisition regulations. This solicitation ensures the U.S. Embassy's communication needs are met efficiently while adhering to government contracting guidelines and policies.
    Form W-14, issued by the Department of the Treasury's Internal Revenue Service, serves as a Certificate for Foreign Contracting Parties receiving federal procurement payments. The form is designed for foreign entities to establish their identification and provide details regarding the acquiring agency in the U.S. It requires information such as the foreign contracting party's name, country of incorporation, addresses, and their U.S. taxpayer identification number if applicable. The form facilitates exemptions under international agreements or procurement agreements pertaining to federal contracts. It includes sections to clarify any claims for tax relief, detailing whether any part of the contract is exempt from federal taxation. The signatory certifies the accuracy of the information provided and affirms awareness of tax obligations. The part emphasizing the penalties for perjury highlights the seriousness of accurate reporting. Ultimately, Form W-14 is a crucial document for compliance with federal laws governing foreign contracting and ensures appropriate tax treatment for foreign entities participating in U.S. federal procurement processes. It underscores the importance of adherence to both U.S. regulations and international agreements in the procurement landscape.
    The Instructions for Form W-14 serve to inform foreign contracting parties about their obligations under Section 5000C of the Internal Revenue Code, which imposes a 2% tax on specified federal procurement payments received by foreign entities contracting with the U.S. government since January 2, 2011. Form W-14 must be provided to the acquiring agency to establish foreign status and claim exemptions based on international agreements or procurement conditions. Key instructions include details on eligibility, information required, and the necessity of submitting updated forms upon changes in circumstances. Specific definitions clarify terms such as "specified federal procurement payments" and "acquiring agency." The document outlines the certification process and includes appendices listing countries with qualified income tax treaties exempting their nationals from the tax liability. This form is essential for compliance with U.S. tax regulations in federal contracting processes, reinforcing the need for proper documentation to avoid incorrect taxation of foreign entities engaged in U.S. government contracts.
    The document outlines completion instructions for a Cybersecurity Supply Chain Risk Management (C-SCRM) Questionnaire and Software Producer Attestation Form, key components of federal government procurement processes. Vendors, particularly those submitting offers as part of a joint venture, must provide detailed responses regarding their risk management practices related to key supply chain threats, supplier mapping, and contractual compliance. They are also required to attest to secure software development practices, based on NIST guidelines, and must identify any practices they cannot comply with, detailing mitigation strategies and a Plan of Action & Milestones for future compliance. The structured approach includes sections for contact information, vendor risk management, physical and personnel security, and software producer attestation. This initiative emphasizes the importance of cybersecurity and stringent risk management in government contracting, aligning with Executive Order 14028 for critical software regulation in federal procurements.
    The American Consulate General in Frankfurt announces a Pre-solicitation Notice for Request for Proposal (RFP) No. 19GE5025R0035, pertaining to the provision of mobile telephone services for the U.S. Embassy in Ouagadougou, Burkina Faso. The anticipated contract is an Indefinite Delivery, Indefinite Quantity (IDIQ) service agreement offering a firm-fixed-price, with a base period of one year and four optional years, likely awarded in the second quarter of 2025. The contractor will deliver comprehensive cellular services, including calls within Burkina Faso, international communication with the USA and Europe, internet access, and customer service. Knowledge of written and spoken English is required from bidders. The solicitation will be published on SAM.gov, and the contract will follow U.S. laws and regulations. This procurement process aims to ensure competitive bidding under Simplified Acquisition Procedures. For queries, the Contract Specialist, Katy Fischer, can be contacted via provided details.
    The U.S. Embassy Ouagadougou, Burkina Faso, is soliciting proposals for cell phone services through Solicitation No. 19GE5025R0035, managed by the Regional Procurement Support Office (RPSO) in Frankfurt, Germany. The contract will be a firm fixed-price Indefinite-Delivery Indefinite-Quantity agreement, encompassing one base year and four optional renewal years. Interested companies must adhere to strict guidelines, including submitting proposals via email by April 8, 2025, and ensuring that inquiries are submitted by March 25, 2025. All proposals must be in English and prepare for potential discussions prior to contract award, as the Contracting Officer retains the right to negotiate terms and reject any proposal. This solicitation emphasizes the government's approach to securing essential services while ensuring clarity and competition in the procurement process.
    Similar Opportunities
    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.
    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.
    Call Center services for the US Embassy in Paris, France
    State, Department Of
    The U.S. Embassy in Paris, France, is seeking U.S. firms to provide call center services through an upcoming solicitation. The contract will be structured as an indefinite delivery indefinite quantity (IDIQ) agreement, encompassing one base year and two optional one-year extensions, with task orders issued as needed. This service is crucial for supporting the embassy's operations and ensuring effective communication with the public. Interested bidders should note that the solicitation will be published on SAM.gov, and a pre-proposal conference is scheduled for December 19, 2025. For further inquiries, potential contractors can contact Craig N. Deatrick at deatrickcn@state.gov or Pauline Guedes at Guedesp@state.gov, and must be registered in the SAM database prior to submission.
    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.
    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.
    Regional Switchboard Services for U.S. Diplomatic Posts in Europe
    State, Department Of
    The U.S. Department of State is seeking qualified contractors to provide Regional Switchboard Services for U.S. diplomatic posts across Europe, as outlined in Solicitation Number 19GE5026R0007. The procurement aims to award up to two firm-fixed-price, indefinite-delivery/indefinite-quantity (IDIQ) contracts, which will include services such as 24/7 call handling in multiple languages, emergency escalation, and comprehensive reporting. This service is critical for ensuring effective communication and support for U.S. citizens and government officials in various European locations. Interested parties must submit their offers by January 9, 2026, and direct any questions to Contract Specialist Patticha Gruenbeck by December 12, 2025, with specific email instructions provided for both submissions.
    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).
    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.
    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.