Mobile phone services for the U.S. Mission to France
ID: 19FR6325Q0005Type: Solicitation
Overview

Buyer

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

NAICS

Telecommunications Resellers (517121)

PSC

IT AND TELECOM - MOBILE DEVICE AS A SERVICE (DE11)
Timeline
    Description

    The U.S. Department of State, through the U.S. Embassy in Paris, is soliciting proposals for mobile phone services to support the U.S. Mission to France. The procurement includes the provision of SIM and eSIM cards, voice and data plans, international calling, and internet access, with a focus on ensuring high-quality network coverage and secure operations. This contract will be a fixed-price agreement covering one base year and four option years, with a minimum order value of €10,000 and a maximum of €1,728,000, inclusive of VAT. Interested vendors must submit their quotations by April 22, 2025, and are required to be registered in the System for Award Management (SAM) prior to submission. For further inquiries, potential offerors can contact Stanislas Parmentier at parmentiers@state.gov or by phone at 0033143122222.

    Point(s) of Contact
    Files
    Title
    Posted
    The U.S. Embassy in Paris has issued a Request for Quotations (RFQ 19FR6325Q0005) for mobile phone services. The Embassy seeks competitive quotes for these services, which include SIM and eSIM cards, voice and data plans, international calls, and internet access. The RFQ outlines that the contract will be awarded based on comparative evaluations rather than solely on price. Quotations are required by April 14, 2025, and must adhere to specific submission guidelines, including required documentation such as the SF-1449 form, pricing information, and proof of registration in the System for Award Management (SAM). The contract will cover a base year with four one-year options, totaling a minimum order of €10,000 and a maximum of €1,728,000, inclusive of VAT. The contractor will provide 24/7 customer service, ensure high-quality network coverage, and facilitate secure operations in compliance with U.S. government regulations. The document emphasizes critical elements such as detailed billing requirements, coverage expectation within France, and the provision of temporary additional services when necessary. This RFQ highlights the U.S. Government's commitment to secure and efficient communication services for its operations in France.
    The document outlines completion instructions for the Cybersecurity Supply Chain Risk Management (C-SCRM) Questionnaire and Software Producer Attestation related to RFQ 19FR6325Q0005 for mobile phone services. It emphasizes the need for vendors to provide specific responses concerning their supply chain risk management practices, including identifying supply chain threats, mapping suppliers, and ensuring compliance through contracts. Additionally, the document requires software producers to attest that their products adhere to secure development practices as defined by NIST SP 800-218. Each questionnaire section solicits detailed vendor information, such as primary contact and risk management policies, while stressing that responses must be verifiable by the government. The purpose is to enhance cybersecurity and ensure compliance with federal standards, reflecting the government's commitment to managing cybersecurity risks in procurement processes.
    Form W-14, issued by the Department of the Treasury's Internal Revenue Service, serves as a Certificate of Foreign Contracting Party Receiving Federal Procurement Payments. The form is intended for foreign contracting parties who must provide key identifying information to the acquiring agency, including names, addresses, taxpayer ID numbers, and contract specifics. The document outlines provisions for claiming tax exemption based on international agreements or procurement regulations, requiring detailed justifications for any exemptions claimed. The user must certify their authority, the accuracy of the information, and acceptance of potential tax liabilities under Section 5000C. The completion of Form W-14 is crucial for compliance with federal procurement processes, ensuring that foreign entities properly declare their tax obligations and eligibility for exemptions, thereby facilitating international trade and government contracting while adhering to tax regulations.
    The document is a detailed vendor billing report that outlines various subscription plans and their respective usage metrics for a single vendor, identified as "Vendor 0001." Each entry lists different plans—Plan A, B, and C—with consumption figures consistently recorded as zero across all categories. The report includes repeated entries, suggesting that the data may involve multiple periods or instances where services were either ordered or planned to be utilized but ultimately resulted in no charges or consumption. This document's structure includes the vendor identification, plan types, and consumption statistics, but no financial impact is indicated due to the zero consumption figures. The lack of monetary figures suggests a potential analysis of budgetary considerations, possibly linked to government RFPs or grant applications related to these services. The overall presentation suggests an emphasis on monitoring vendor plans and expected usage, as well as ensuring alignment with budgeting or financial assessments within governmental contexts.
    The document discusses the RFQ 19FR6325Q0005 for mobile phone services, addressing specific inquiries regarding proposal submissions. It clarifies that costs associated with VIP visit coverage should not be included in proposals, as these will be negotiated separately. The request for 60 blank SIM cards is aimed at as-needed replenishment throughout the year, not maintaining a static inventory. Additionally, while the minimum requirements for service plans are outlined, proposals that include data in a voice-only plan will be accepted at no extra cost. Lastly, a simpler approach to listing international roaming contracts is endorsed, allowing vendors to outline countries not covered rather than providing exhaustive lists. This document reflects procedural clarifications vital for vendors responding to the RFP in the context of federal contracting.
    The document is an amendment to a government solicitation (19FR6325Q0005) issued by the Department of State, specifically the Contracts Office at the American Embassy in Paris. The amendment, numbered 0002, extends the deadline for submitting bids from April 14, 2025, 16:00 local time to April 22, 2025, at 11:00 local time. Contractors are required to acknowledge the receipt of this amendment through specified methods to ensure their offers are considered. The amendment clarifies that all terms and conditions of the original solicitation remain unchanged, maintaining the integrity of the bidding process. This document represents a procedural update within a government procurement context, illustrating the importance of timely communication and adherence to established protocols in government contracting.
    The document pertains to Amendment 0001 of solicitation 19FR6325Q0005, related to mobile phone services, issued by the Department of State at the American Embassy in Paris. Effective April 1, 2025, the amendment updates billing requirements and certain sections of the solicitation, particularly concerning detailed invoicing and service provisions. The contractor is mandated to provide a comprehensive monthly invoice including a summary of costs, a detailed breakdown of communications, and other required elements like VAT and direct contact information for invoice inquiries. It also emphasizes compliance with contract terms and management effectiveness as essential factors in evaluating contractor performance. Furthermore, the contractor must demonstrate service quality and connectivity in France, provide evidence of licensing, and establish emergency response plans. The requirement to disclose roaming agreements and potential impacts of network upgrades is crucial for ongoing service assurances. The submission due date for offers remains unchanged at April 14, 2025. Overall, the amendment facilitates clarity on terms while ensuring robust service delivery expectations are met.
    Similar Opportunities
    Cell Phone communication services for US Embassy Tbilisi
    State, Department Of
    The U.S. Embassy in Tbilisi, Georgia, is seeking qualified vendors to provide Cell Phone Communication Services under Solicitation Number 19GG8026Q0004. The contract will encompass a range of services including SIM cards, local and international calls, high-speed internet, and 24-hour customer support, with a requirement for a minimum of 50 and a maximum of 800 plan subscriptions. This procurement is critical for ensuring reliable communication for embassy operations, with specific performance criteria such as 90% network coverage in Georgia and a 99.9% network uptime. Quotations are due by January 20, 2025, and interested parties must submit their proposals electronically to TbilisiGSOProcurement@state.gov, ensuring compliance with all specified requirements, including SAM registration and completion of the Cybersecurity Supply Chain Risk Management Questionnaire.
    Rental of transit furniture for use in residential buildings
    State, Department Of
    The U.S. Embassy in Paris, France, is seeking qualified contractors for the rental of transit furniture intended for use in residential buildings of the U.S. Mission to France. The procurement involves providing furniture and hospitality kits to support approximately 90 arriving and 90 departing employees and their families annually, with a focus on quality and safety standards, including compliance with EU/US regulations. The contract will be awarded based on the lowest priced technically acceptable offer, with a base period of one year and four optional one-year extensions, and a total contract value ranging from €10,000 to €4,510,000 (VAT included). Interested parties must submit their quotations electronically by January 8, 2026, to ParisContracting@state.gov, ensuring they are registered in the System for Award Management (SAM) prior to submission.
    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.
    New office furniture for workspaces
    State, Department Of
    The U.S. Department of State is seeking qualified contractors to supply, deliver, and install new office furniture for the U.S. Embassy in Paris, France, under Request for Quotations (RFQ) number 19FR6326Q0039. The procurement includes high-quality office furniture for both executive and operational uses, which must comply with European, U.S., and local building codes, safety regulations, and ergonomic standards. This initiative is crucial for enhancing the work environment at the embassy, ensuring that the furniture meets the functional and aesthetic needs of the workspace. Interested offerors must attend a pre-proposal conference on November 24, 2025, and submit their quotations electronically by December 15, 2025, with all required documentation, including a warranty of 8 years for defects and a 10-year commitment for replacement parts and repairs. For further inquiries, prospective bidders can contact Hélène Tanqueray at tanquerayh@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.
    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.
    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.
    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.
    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.