CDC Wifi 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 CDC Wifi Internet Service in Sierra Leone. This is a Firm Fixed-Price contract for a base year and four option years to provide safe, reliable, and uninterrupted internet services. Quotations are due by March 4, 2026.
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 (dedicated broadband for US CDC WIFI Network)
Specific requirements for the Wi-Fi service include a 1:1 contention ratio, 5 Public IP Addresses, "always on" connection with unlimited usage, detailed network topology map, and redundancy in the internet backbone. The use of ZTE, Huawei, Xiaomi, and affiliated branded products is prohibited. Network devices must support TCP Optimization, Content aware optimization, Connection Management, Compression, and Diffserv/Traffic Classification/QoS. The service requires 7x24 support and a minimum availability of 99.97%.
Contract & Timeline
- Type: Firm Fixed Price (FFP) contract
- Duration: One base year and four (4) one-year option periods
- Set-Aside: None specified
- Response Due: March 4, 2026, at 16:00:00Z
- Published: February 4, 2026
- Place of Performance: Freetown, Sierra Leone
Evaluation
Award will be based on a comparative evaluation of technical capability, past performance, and price, utilizing FAR 13 procedures. This is not a low-price technically acceptable or trade-off process. 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 (SAM.gov) at the time of offer submittal.
- Proposals must be in English and submitted electronically to ContractFreetown@state.gov. Submission file size must not exceed 30MB; larger submissions must be split into multiple emails.
- A pre-quotation conference will be held on February 17, 2026, at the U.S. Embassy in Freetown.
- Required documents include SF-1449, Section I Pricing, Section 5 Representations and Certifications, IRS Form W-14 (if applicable), proof of SAM Registration, and Cybersecurity Supply Chain Risk Management (C-SCRM) Questionnaire and Attestation Form.
- Contact Primary: Rose Weckenmann (weckenmannrm@state.gov, 23299105500).