CDC Core Internet Service
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The U.S. Department of State, through the US Embassy Freetown, is soliciting proposals for Core Internet Services for the Centers for Disease Control and Prevention (CDC) - US Mission Sierra Leone. This Firm Fixed-Price contract aims to secure safe, reliable, and uninterrupted internet services, including dedicated broadband and Wi-Fi, in Freetown, Sierra Leone. Quotations are due by March 4, 2026.
Scope of Work
The contractor will provide comprehensive internet services, including:
- Core Internet Services: 30/20 Mbps bandwidth.
- Core Embassy Internet Services: 10/10 Mbps bandwidth.
- Wi-Fi Internet Services: 15/10 Mbps bandwidth.
- Technical Requirements: Dedicated broadband internet via fiber optic/terrestrial connectivity, "always on" 24x7 service with 99.97% availability, 1:1 contention ratio, 5 Public IP Addresses, no Network Address Translation (NAT), specific Round Trip Time (RTT) requirements, transit of all IP protocols, and customer VPN encryption device installation. Redundancy in the backbone between Sierra Leone and the USA is required.
- Support: 24x7 service support, with on-site support as necessary.
- Prohibited Equipment: ZTE, Huawei, and Xiaomi branded products are strictly prohibited.
Contract & Timeline
- Contract Type: Firm Fixed Price (FFP).
- Period of Performance: One-year base period with four (4) one-year option periods.
- Pricing: Prices must be quoted in Leones.
- Set-Aside: None specified in the solicitation letter, though the SF-1449 indicates potential categories.
- Response Due: March 4, 2026, 4:00 PM UTC.
- Published Date: February 4, 2026.
Submission & Evaluation
- Pre-Quotation Conference: A conference will be held on February 17, 2026, at 10:00 AM (local time) at the US Embassy in Freetown. Interested parties must RSVP to ContractFreetown@state.gov by February 13, 2026.
- Submission Method: Electronic submissions are required to ContractFreetown@state.gov. Files should be in MS-Word/Excel 2007/2010 or Adobe Acrobat (PDF) format, with a maximum size of 30MB per email.
- Required Documents: SF-1449, Section I Pricing, Section 5 Representations and Certifications, additional information from Section 3, completed IRS Form W-14, proof of SAM Registration, Cybersecurity Supply Chain Risk Management (C-SCRM) Questionnaire, and C-SCRM Software Producer Attestation Form.
- Evaluation: Award will be based on a comparative evaluation considering technical capability, past performance, and price. This is not a Lowest Price Technically Acceptable (LPTA) process.
Additional Notes
Offerors must be registered in SAM (http://www.sams.gov) at the time of offer submittal. The solicitation package is available only in English.