CDC Embassy 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, on behalf of the Centers for Disease Control (CDC) - US Mission Sierra Leone, is soliciting proposals for Internet Services in Freetown, Sierra Leone. This is a Firm Fixed-Price contract for a base year and four option years, aiming to secure safe, reliable, and uninterrupted internet services. Quotations are due by March 4, 2026, at 4:00 PM GMT.
Scope of Work
The contractor shall provide all equipment, labor, and services for:
- Core Internet Services: Bandwidth 30/20 Mbps
- Core Embassy Internet Services: Bandwidth 10/10 Mbps
- Wi-Fi Internet Services: Bandwidth 15/10 Mbps
Specific requirements include a 1:1 contention ratio, 5 public IP addresses, "always on" service with unlimited usage, 24x7 guaranteed bandwidth, permission for all IP protocols and VPN encryption devices, and a detailed network topology map. The ISP must ensure redundancy in the Internet backbone between Sierra Leone and the USA. Prohibited equipment includes ZTE, Huawei, Xiaomi, and affiliated brands. Network devices must support TCP Optimization, Content aware optimization, Connection Management, Compression, Diffserv, Traffic Classification, and QoS, and be rack-mountable. Service support must be 7x24 with a minimum availability and reliability of 99.97%.
Contract & Timeline
- Contract Type: Firm Fixed Price (FFP)
- Period of Performance: One-year base period with four (4) 12-month option years.
- Pricing: In Leones.
- Set-Aside: No specific set-aside is mentioned.
- Response Date: March 4, 2026, 4:00 PM GMT
- Published Date: February 4, 2026
Submission & Evaluation
Proposals must be submitted electronically to ContractFreetown@state.gov prior to the response date and time. The maximum file size for submissions is 30MB; larger submissions must be sent in separate files. Required documents include SF-1449, Section I Pricing, Section 5 Representations and Certifications, IRS Form W-14, proof of SAM Registration, and CYBERSECURITY SUPPLY CHAIN RISK MANAGEMENT (C-SCRM) Questionnaire and Attestation Form. Evaluation will be based on Comparative Evaluation utilizing FAR 13 procedures, considering Technical, Past Performance, and Price.
Additional Notes
Responsible Offerors must be registered in SAM (http://www.sams.gov) at the time of offer submittal. A pre-quotation conference will be held on February 17, 2026, at 10:00 AM local time at the US Embassy in Freetown. The solicitation package is only available in English language.