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, US Embassy Freetown, on behalf of the Centers for Disease Control and Prevention (CDC) - US Mission Sierra Leone, is soliciting proposals for Core Internet Services. This Firm Fixed Price contract requires dedicated broadband internet, including core internet, core embassy internet, and Wi-Fi services, with high availability and specific technical requirements. Offers are due March 6, 2026, at 4:00 PM local time.
Scope of Work
The contractor shall provide all equipment, labor, and services for dedicated broadband internet access via fiber optic or terrestrial connectivity. Key requirements include:
- Core Internet Services: 30/20 Mbps bandwidth with a 1:1 contention ratio.
- Core Embassy Internet Services: 10/10 Mbps bandwidth.
- Wi-Fi Internet Services: 15/10 Mbps bandwidth.
- Technical Specifications: 5 Public IP Addresses, "always on" 24x7 service with minimum 99.97% availability, excellent Quality of Service (QoS), no Network Address Translation (NAT), specific Round Trip Time (RTT) requirements, transit of all IP protocols, and redundancy in the backbone between Sierra Leone and USA.
- Support: 24x7 service support, with on-site support as necessary.
- Prohibited Equipment: ZTE, Huawei, Xiaomi, and affiliated branded products are strictly prohibited.
Contract Details
- Contract Type: Firm Fixed Price (FFP).
- Period of Performance: One base year with four (4) one-year option periods.
- Pricing: Prices are to be quoted in Leones.
- Set-Aside: None specified.
- Product Service Code: DG11 (Telecom Access And Other Usage Billing Services).
Submission & Evaluation
- Pre-Quotation Conference: A pre-proposal conference will be held on February 24, 2026. Interested offerors must contact ContractFreetown@state.gov by February 20, 2026, for details.
- Offer Due Date: March 6, 2026, at 4:00 PM local time.
- Submission Method: Electronically to ContractFreetown@state.gov. Submissions must be in MS-Word, MS-Excel, or Adobe Acrobat (PDF) format, with file sizes not exceeding 30MB per email.
- Evaluation: Comparative evaluation based on technical capability, past performance, and price. This is not a low-price technically acceptable (LPTA) process.
- Required Documents: SF-1449, Section I Pricing, Section 5 Representations and Certifications, additional information as required in 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.
Additional Notes
Responsible Offerors must be registered in SAM (http://www.sams.gov) at the time of offer submittal. The solicitation package is available only in English.