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 Department of State, on behalf of the Centers for Disease Control (CDC) - US Mission Sierra Leone, is soliciting proposals for a Firm Fixed Price contract to provide Internet Services in Freetown, Sierra Leone. This opportunity covers core internet, embassy internet, and Wi-Fi services with specific bandwidth requirements. A pre-proposal conference is scheduled for February 24, 2026, and proposals are due by March 6, 2026, at 4:00 PM local time.
Scope of Work
The contractor shall provide all equipment, labor, and services for safe, reliable, and uninterrupted internet services. Key requirements include:
- Core Internet Services: 30/20 Mbps bandwidth.
- Core Embassy Internet Services: 10/10 Mbps bandwidth.
- Wi-Fi Internet Services: 15/10 Mbps bandwidth.
- Dedicated Broadband Internet Service with a 1:1 Contention Ratio and 5 Public IP Addresses.
- "Always on" service with unlimited usage, 24x7 guaranteed full bandwidth, and permission for all IP protocols and Customer VPN encryption devices.
- Network devices must support TCP Optimization, Content aware optimization, Connection Management, Compression, Diffserv, Traffic Classification, and QoS, and be rack-mountable.
- Prohibited equipment includes ZTE, Huawei, Xiaomi, and affiliated branded products.
- Service support must be 7x24 with a minimum service 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.
- Set-Aside: None specified.
- Pre-Proposal Conference: February 24, 2026, at 10:00 AM local time at the US Embassy in Freetown. Interested offerors must contact
ContractFreetown@state.govby February 20, 2026. - Proposals Due: March 6, 2026, at 4:00 PM local time.
- Published: February 10, 2026 (Amendment date).
Submission & Evaluation
- Submission: Electronic responses are required, sent to
ContractFreetown@state.gov. Submissions must not exceed 30MB per file. - 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, and the 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. The U.S. Government intends to award to the responsible company submitting an acceptable offer at the lowest price.
Additional Notes
Offerors must be registered in SAM.gov at the time of offer submittal. Pricing is in Leones.