Mobile Telephone Services
ID: 191C7025Q0002Type: Solicitation
Overview

Buyer

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

NAICS

Wired and Wireless Telecommunications Carriers (except Satellite) (51711)

PSC

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

Set Aside

No Set aside used (NONE)
Timeline
    Description

    The U.S. Embassy in Reykjavik, Iceland, is seeking proposals for mobile telephone services through Request for Quotation (RFQ) number 191C7025Q0002. The contractor will be responsible for providing comprehensive mobile services for a minimum of 50 lines, including local and international calling, SMS messaging, voicemail, data services, and temporary cellphone rentals for official visits. This procurement is crucial for ensuring reliable communication for U.S. government operations in Iceland, with a contract duration of one year and options for two additional years. Interested vendors must submit their bids by July 28, 2025, and ensure compliance with federal regulations, including cybersecurity requirements. For further inquiries, contact the Reykjavik Contracting Officer at reykjavikco@state.gov or call +354 595 2200.

    Point(s) of Contact
    Reykjavik Contracting Officer
    (354) 595-2200
    reykjavikco@state.gov
    Files
    Title
    Posted
    The Cybersecurity Supply Chain Risk Management (C-SCRM) Questionnaire is designed for vendors engaged in federal contracts. This document aims to gather essential information regarding a vendor's risk management practices relating to cybersecurity within their supply chains. It is divided into three main sections: Contact Information, Vendor Risk Management Plan, and Physical and Personnel Security. Section 1 requests basic company details, including the primary point of contact. Section 2 focuses on the vendor's risk management strategies, prompting questions about identifying supply chain threats, mapping suppliers to those threats, and ensuring compliance with written SCRM contract requirements. Section 3 addresses security measures by inquiring about employee background checks and procedures to protect Information and Communications Technology equipment from tampering. Vendors must complete the gray-shaded areas in the document and may need to provide supporting documentation for their responses. The questionnaire references relevant NIST SP 800-53 security controls, ensuring vendors align with established cybersecurity practices. This structured approach is critical for the federal government's efforts to mitigate supply chain risks and enhance overall cybersecurity posture across contracting entities.
    The U.S. Embassy in Reykjavik, Iceland, has issued Request for Quotation (RFQ) number 191C7025Q0002 for Mobile Telephone Services, inviting prospective offerors to submit their bids by July 28, 2025. The evaluation process will prioritize best value through comparative assessments rather than merely lowest price, and proposals must adhere to specific compliance standards outlined in federal regulations. Submissions must be in English and formatted correctly, with strict size limits for electronic files. In order to qualify, offerors must complete essential documents such as the SF-1449, pricing information, representations and certifications, registration proof in the System for Award Management (SAM), and cybersecurity compliance forms. Additionally, vendors must certify compliance with the National Defense Authorization Act (NDAA) regarding prohibited telecommunications equipment. Offerors are encouraged to register in the SAM database promptly to ensure their proposals are considered valid. The RFQ provides necessary details for interested vendors to participate in the bidding process while emphasizing compliance and adherence to government contracting standards.
    The document outlines a Request for Quotation (RFQ) for mobile telephone services to be provided to the U.S. Embassy in Reykjavik, Iceland. The contract will span one year with options for two additional years and requires the contractor to deliver comprehensive services for at least 50 mobile subscriptions, with a maximum of 100. Services include local and international calling, SMS, voicemail, data services, and the provision of temporary cellphones for special events. The bids must be submitted in the local currency (ISK), with details on pricing provided in invoices, including separate Line Items for Value Added Tax (VAT). The contractor is obligated to ensure high-quality, uninterrupted service and must maintain detailed billing and customer support. They must also follow cybersecurity requirements, obtaining necessary permits under local laws. Key personnel, including a qualified Project Manager fluent in English and Icelandic, are essential for project compliance. Overall, the RFQ emphasizes the need for reliable mobile communication support for official U.S. government activities in Iceland, aligning with federal procurement standards and regulations for contractor accountability and performance.
    The United States Embassy in Reykjavik, Iceland, is preparing to issue a solicitation for mobile telephone services. This will be an indefinite-quantity contract, guaranteeing a minimum of 50 cell phone lines per year, with a maximum cap of 100 lines. The contract is structured for one base year with two possible one-year extensions, contingent on funding availability. The solicitation is expected to be released in June 2025, and interested parties should refer to the Request for Quote (RFQ) for specific response dates. To participate, contractors must be registered in the System for Award Management (SAM) and provide proof of registration, as non-registration will result in disqualification from consideration. This approach emphasizes the government's commitment to maintaining operational communications in foreign posts while ensuring compliance with federal regulations.
    This document outlines a solicitation for contracting commercial products and services specifically targeting Women-Owned Small Businesses (WOSB). It provides essential details including requisition, contract numbers, solicitation dates, offer due dates, and the issuing authority (American Embassy in Reykjavik, Iceland). The form requires bidders to specify their business classifications, such as Economically Disadvantaged Women-Owned Small Business (EDWOSB) or HUBZone Small Business. Key sections include a statement of work, quantity of supplies/services needed, unit pricing, and payment instructions. The document mandates compliance with federal regulations (FAR) and emphasizes the contractor's commitment to fulfill specified terms. It also includes procedures for receipt and inspection of goods, along with certification of account accuracy for payments. This solicitation reflects the government's commitment to promoting small business participation in federal contracting opportunities while adhering to regulatory frameworks and ensuring transparency in public procurement processes.
    Lifecycle
    Title
    Type
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    Waste Removal Services
    State, Department Of
    The U.S. Embassy in Oslo, Norway, is seeking qualified vendors to provide waste removal services for the Embassy Compound and the Deputy Chief of Mission residence. The procurement involves a firm-fixed-price contract with an Indefinite-Delivery Indefinite-Quantity (IDIQ) structure, consisting of a one-year base period and three optional one-year extensions. This service is crucial for maintaining the cleanliness and environmental standards of the Embassy facilities. Quotations must be submitted electronically in English by January 20, 2026, at 16:00 local time, and interested contractors should ensure they are registered in the SAM database prior to submission. For further inquiries, vendors may contact Caroline E. Harley at HarleyCE3@state.gov or Johanna Dawson at OsloGSOBids@state.gov.
    Cellphone Accessories for the U.S. Embassy Kyiv
    State, Department Of
    The U.S. Department of State is seeking vendors to provide cellphone accessories for the U.S. Embassy in Kyiv, Ukraine. The procurement aims to fulfill specific requirements for office supplies, particularly in the category of telephone and telegraph equipment, as classified under NAICS code 339940 and PSC code 5805. These accessories are essential for maintaining effective communication and operational efficiency within the embassy. Interested vendors must submit their quotes through the UNISON platform, as no bids submitted outside of this system will be accepted. For further inquiries, vendors can contact Mark Ananka or Dmytro Kurylenko at KyivSolicitations@state.gov or by phone at +380445215000.