19AS2025Q0002 Mobile Services Canberra/Australia
ID: 19AS2025Q0002Type: Presolicitation
Overview

Buyer

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

NAICS

Telecommunications (517)

PSC

IT and Telecom - Network: Satellite Communications and Telecom Access Services (DG11)
Timeline
    Description

    The U.S. Department of State, through the U.S. Embassy in Canberra, Australia, is soliciting proposals for mobile telecommunications services under solicitation number 19AS2025Q0002. The contract aims to provide comprehensive mobile services, including local and international calls, data services, and customer support for the Embassy and its consulates across Australia, ensuring efficient communication for diplomatic operations. This procurement is critical for maintaining robust connectivity and operational effectiveness within the U.S. Mission in Australia. Interested contractors must submit their quotations by the extended deadline of March 26, 2025, and are encouraged to acknowledge receipt of amendments to the solicitation. For further inquiries, potential bidders can contact Terry Alston at cnbgsoprocurement@state.gov or Kate Costan at costank@state.gov.

    Files
    Title
    Posted
    The U.S. Embassy in Canberra, Australia, has issued a public notice regarding the upcoming solicitation for Mobile Telecommunication Services. The pre-solicitation notice, posted on January 13, 2025, outlines plans for a contract with a one-year base period and four optional 12-month extensions, classified under NAICS Code 517312 for Wireless Telecommunications Carriers. Interested contractors are invited to submit quotations upon the solicitation's release on the SAM.gov website. The government intends to issue a Firm-Fixed-Price Indefinite-Delivery, Definite-Quantity Contract, potentially awarding based on initial offers without further discussion. A pre-quotation conference will be scheduled and communicated through the solicitation. Contractors must register in the SAM database prior to submitting their proposals, and electronic submissions are encouraged, with size limitations for email attachments. The contract's performance will be conducted at the U.S. Embassy in Australia, and the document specifies an archive date of June 6, 2025. Notably, this notice does not involve Recovery and Reinvestment Act actions, and there are no set-asides for small businesses. This initiative is part of the government's ongoing effort to procure essential telecommunication services for its missions in Australia.
    The document outlines the Q&A for RFP 19AS2025Q0002 issued by the U.S. Embassy regarding telecommunications services in Australia. The Embassy emphasizes adherence to U.S. federal terms while remaining open to reviewing tailored supplier terms that align with federal requirements. It specifies a preference for a single contractor to provide services, rejecting split fleet options for redundancy. Key operational sites include the U.S. Embassy in Canberra and consulates in Perth, Melbourne, and Sydney, all of which require robust service coverage. The pricing model seeks flat monthly rates for unlimited calls and texts and daily roaming packages, as detailed in the performance work statement. Additionally, the document emphasizes the importance of supply chain risk management (SCRM), urging contractors to identify key suppliers, assess risks, document mitigation strategies, and implement verification processes to ensure compliance with SCRM requirements. The overall purpose of the document is to establish clear expectations and requirements for potential contractors, underlining the importance of service quality, compliance with federal guidelines, and proactive risk management in the supply chain.
    The U.S. Embassy in Canberra, Australia, has issued Request for Quotations (RFQ) No. 19AS2025Q0002 for Mobile Telecommunication Services for U.S. Mission Australia. The solicitation outlines requirements for contractors to provide comprehensive mobile telecommunications services, including calls within Australia, international calls, data services, and customer support for the Embassy and its Consulates across Australia. Quotations must be submitted by March 12, 2025, with a pre-quotation conference scheduled for February 20, 2025. The contract will be for an initial one-year period, with four options for annual renewals. Interested contractors must submit necessary documentation electronically and ensure SAM registration before proposal submission. The evaluation will follow a comparative process, focusing on delivering best value rather than solely competitive pricing. Specific requirements include high-quality service, timely network problem resolution, and detailed monthly billing. Contractors are also tasked with providing additional temporary services as needed, and the Government places a minimum order guarantee of AUD $25,000 for the contract period. This RFQ emphasizes the U.S. Government's commitment to efficient communications for diplomatic functions in Australia.
    The document presents a detailed procurement list primarily focused on various Apple products, alongside devices from other manufacturers, indicating an intended purchase for government entities. Apple products comprise a substantial portion, featuring multiple models of iPhones and iPads, with quantities ranging from 1 to 71 units, demonstrating a significant demand. Other brands listed include Dell, Google, Samsung, and Netgear, showcasing a diverse range of technology, such as smartphones, tablets, and network devices. The total estimated quantity of devices amounts to 590, suggesting a comprehensive effort to equip personnel or operations within the government sector. The structure reflects a straightforward inventory format, systematically categorized by brand, model, and estimated quantity, likely to facilitate the procurement process. This document aligns with government practices for Request for Proposals (RFPs) and grants, evidencing a strategic acquisition of technological resources to enhance governmental capabilities and connectivity in various operations.
    The Cybersecurity Supply Chain Risk Management (C-SCRM) Questionnaire outlines critical information gathering for vendors concerning their supply chain risk management strategies. The document is organized into three main sections: Contact Information, Vendor Risk Management Plan, and Physical and Personnel Security. Vendors are required to provide their company's name, primary point of contact (POC), and contact details. Furthermore, they must assess their identification of supply chain threats, mapping of suppliers, written SCRM requirements, and verification processes related to key suppliers. Critical personnel security measures, such as background checks and training for recognizing insider threats, are also evaluated. The government may request supporting documentation to validate vendor responses. This questionnaire serves to enhance cybersecurity protocols, ensuring vendors are prepared to manage supply chain risks effectively, in line with the standards outlined in NIST SP 800-53. The overall purpose is to assess vendors' capability to safeguard against potential cybersecurity threats within their supply chains.
    The document outlines certification requirements for contractors interacting with the Department of State, focusing on compliance with federal anti-discrimination laws. Contractors must certify that their operations do not include programs promoting Diversity, Equity, and Inclusion (DEI) that violate these laws. This certification is material to government payment decisions, as emphasized by the False Claims Act (31 U.S.C. 3729(b)(4)). Contractors are instructed to read the certification statement thoroughly, check relevant compliance boxes, and provide details such as the contractor's name and authorized representative's signature before submitting the form to the designated Contracting Officer. The importance of this certification lies in its role in ensuring that federal funds are disbursed only to those complying with legal standards against discrimination, reinforcing the federal commitment to lawful and equitable business practices in contract procurement processes.
    This document outlines an amendment to a solicitation related to federal contracts, emphasizing requirements for acknowledgments and modifications. It specifies that offers must acknowledge receipt of amendments by certain methods, including completion of specific items or separate electronic communication referencing solicitation and amendment numbers. Failure to comply may lead to rejection of the offer. The document also indicates that it modifies or extends a solicitation related to compliance with anti-discrimination laws, particularly Executive Order 14173. Key administrative information, such as contract IDs, amendment numbers, and effective dates are included. The amendment serves primarily to certify that contractors are in compliance with applicable federal anti-discrimination laws and to integrate such provisions into the offering. Overall, the document reflects standard procedures in federal contracting to ensure adherence to legal standards, thereby reinforcing equal opportunity and merit-based practices in government projects.
    This document serves as an amendment to a prior solicitation related to the U.S. Embassy Canberra, specifically modifying the deadline for the submission of offers. The new deadline for receiving quotations has been extended from March 12, 2025, at 5:00 PM AEST to March 26, 2025, at 5:00 PM AEST. It highlights the importance of acknowledging receipt of this amendment by various methods, including returning a completed form or sending a separate acknowledgment, before the specified deadline. Failure to do so may lead to the rejection of the offer. Additionally, this amendment outlines the roles of the contractor and contracting officer, as well as the necessary formalities for modifications of contracts or orders associated with this solicitation. The document ensures that all other terms and conditions from the original solicitation remain unchanged, thereby reinforcing compliance and clarity for all parties involved in the bidding process.
    Lifecycle
    Similar Opportunities
    Media Monitoring Services Australia
    Buyer not available
    The U.S. Embassy in Canberra is seeking quotations for media monitoring services to support its Public Affairs Office. The contract aims to provide comprehensive monitoring of print, radio, TV, online news, and social media, including daily briefings, breaking news alerts, and user training, with a focus on specified search terms. This service is crucial for effective communication and information management within Australia, reflecting the U.S. Government's commitment to staying informed on relevant media coverage. Quotations are due by March 14, 2025, and interested vendors must register in the System for Award Management (SAM) and complete a Cybersecurity Supply Chain Risk Management Questionnaire. For further inquiries, vendors can contact Terry Alston at alstonta@state.gov or Vicki Page at pagev@state.gov.
    U.S. Mission Australia, Fuel Cards
    Buyer not available
    The U.S. Department of State, through the U.S. Embassy in Canberra, Australia, is seeking quotations for the provision of fuel cards under Request for Quotations (RFQ) number 19AS2025Q0010. The procurement aims to secure 60 fuel cards for use at nationwide fueling stations, accommodating various fuel types, with a contract duration of one year and an option for an additional six months. This initiative is crucial for supporting the operational needs of the federal mission in Australia, ensuring compliance with federal regulations and competitive pricing. Interested vendors must submit their quotations electronically by April 11, 2025, at 5:00 PM AEST, and are required to include a Standard Form 1449, pricing details, and proof of registration in the System for Award Management (SAM). For further inquiries, vendors can contact Terry Alston at cnbgsoprocurement@state.gov or Vicki Page at pagev@state.gov.
    Mobile phone services
    Buyer not available
    The U.S. Department of State, through the American Embassy in Geneva, is soliciting proposals for mobile phone services under RFQ number 19SZ3525Q0001, effective from February 21, 2025. The contract aims to provide mobile telecommunications for official use, including unlimited local and international calls, data plans, and 24-hour customer support, with a primary focus on maintaining high service quality and facilitating the migration of existing numbers within Switzerland. Proposals must be submitted electronically by March 24, 2025, following a pre-quotation conference on March 11, 2025, and must comply with federal regulations, including registration in the System for Award Management (SAM). Interested vendors should contact Ruby V Marcelo at Genevaprocurement2@State.gov or Danielle Suberlucq at suberlucqdc@state.gov for further information.
    Cellphone Services Contract, Maldives
    Buyer not available
    The U.S. Department of State, through the U.S. Embassy in Colombo, is soliciting bids for a Cellphone Services Contract to support its operations in the Maldives, identified as Solicitation No. 19CE2025Q0004. The contract will encompass mobile phone services, including local and international calls, SMS, voicemail, and adherence to specific performance standards, while also emphasizing cybersecurity measures and customer support systems. This procurement is crucial for ensuring secure and efficient communications for embassy operations, reflecting the government's commitment to maintaining high service availability and compliance with federal regulations. Interested vendors must submit their quotations electronically by April 8, 2025, and can direct inquiries to primary contact Yogaganesh Sundaravel at sundaravelyg@state.gov or secondary contact Danujaya Muthugala at muthugaladr@state.gov.
    Mobile Telephone Services
    Buyer not available
    The U.S. Department of State, through the U.S. Embassy in Amman, is seeking qualified vendors to provide mobile telephone services in Jordan. The procurement aims to establish reliable wireless telecommunications for embassy operations, ensuring effective communication for personnel stationed in the region. This service is crucial for maintaining operational efficiency and connectivity in a diplomatic environment. Interested vendors can reach out to Wael B. Mekhimar at AmmanRFQ@state.gov or by phone at +962 6 590 6141, or contact Haitham Alzuhlof at alzuhlofhf@state.gov or +962 6 590 6025 for further details.
    Mobile phone services for the U.S. Mission to France
    Buyer not available
    The U.S. Department of State is seeking proposals for mobile phone services for the U.S. Mission to France, specifically through the U.S. Embassy in Paris. The procurement aims to provide reliable telecommunications services, which are essential for the effective communication and operational capabilities of the embassy staff. This opportunity falls under the NAICS code 517121, indicating a focus on telecommunications resellers, and is categorized under the PSC code DE11 for mobile device services. Interested vendors can reach out to Stanislas Parmentier at parmentiers@state.gov or Tunde Sagbo at sagbotu@state.gov for further inquiries, with the presolicitation notice indicating the importance of timely responses to ensure participation in the bidding process.
    Mobile Telephone and Data Services for the U.S. Embassy Athens, Greece
    Buyer not available
    The U.S. Department of State is seeking qualified vendors to provide mobile telephone and data services for the U.S. Embassy in Athens, Greece, under the Request for Quotations (RFQ) number 19GR1025Q0022. The contract aims to deliver comprehensive mobile services, including plans for basic and unlimited data across 405 lines, with a focus on high-quality voice and data services, international call support, and seamless roaming. This procurement is crucial for ensuring reliable telecommunications for Embassy operations, with a contract structure that includes a one-year base period and four optional renewal years, a minimum order estimate of €20,000, and a cap of €200,000. Interested offerors must submit their quotations via email by March 31, 2025, and comply with federal regulations, including cybersecurity assessments as outlined in the associated documentation. For further inquiries, vendors can contact Dresden A. Kalin or Tolis Mouyios at athprocurement@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.
    Cell phone services FY25
    Buyer not available
    The U.S. Department of State, through the U.S. Embassy in Cotonou, Benin, is seeking qualified vendors to provide cell phone services for fiscal year 2025. This procurement is categorized under the 8(a) Set-Aside program, aimed at supporting small businesses, specifically in the Wireless Telecommunications Carriers sector. The services are crucial for ensuring effective communication for embassy operations and personnel in the region. Interested parties should reach out to Rebecca J. Stone at stonerj@state.gov or call +229 2130 0670, or contact Abdoul Youssifou at youssifouar@state.gov or +229 0197 9704 for further details.
    Mobile Telephone and Data Services for the U.S. Embassy Athens, Greece
    Buyer not available
    The Department of State is seeking qualified vendors to provide mobile telephone and data services for the U.S. Embassy in Athens, Greece, and its associated offices in Thessaloniki. Interested contractors must be established businesses with the necessary licenses and a permanent address in Greece, as the procurement is classified under telecommunications and does not fall under the Recovery and Reinvestment Act. The contract will have a base year with four optional one-year renewals, and proposals must be submitted electronically, adhering to specific file formats and size limitations. Interested parties should contact Dresden A. Kalin at athprocurement@state.gov or Tolis Mouyios at Athprocurement@state.gov for further information, and must register in the System for Award Management (SAM) prior to submission. The automatic archive date for this solicitation is set for May 31, 2025.