CDC Wifi Internet Service

SOL #: 19SL2026Q0004Solicitation

Overview

Buyer

State
State, Department Of
US EMBASSY FREETOWN
WASHINGTON, DC, 20520, United States

Place of Performance

Freetown, SL-W, Sierra Leone

NAICS

Wired Telecommunications Carriers (517111)

PSC

Network Services Delivered As A Service, By Subscription, Or Service Contract. Physical And Wireless Networks Managed As A Service Connected To And From Core Data Centers, Work Areas, And Offices Connecting End Users To The Organization's Broader Networks. Network Services Delivered In Connection With Other Iaa S And Paa S Services. Cloud Based Network Management Services And Software Defined Networks (Sdn) Accessed By Service Contract Or Subscriptions. (DG10)

Set Aside

No set aside specified

Timeline

1
Posted
Feb 4, 2026
2
Last Updated
Feb 10, 2026
3
Submission Deadline
Mar 6, 2026, 4:00 PM

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, via the US Embassy Freetown, is soliciting quotations for dedicated internet and Wi-Fi services to support the U.S. Centers for Disease Control and Prevention (CDC) in Sierra Leone. This is a Firm Fixed-Price (FFP) contract intended to ensure safe, reliable, and uninterrupted connectivity. Proposals are due March 6, 2026.

Scope of Work

The contractor must provide all equipment, labor, and services for three primary bandwidth tiers:

  • Core Internet Services: 30/20 Mbps
  • Core Embassy Internet Services: 10/10 Mbps
  • Wi-Fi Internet Services: 15/10 Mbps (1:1 contention ratio)

Key technical requirements include a minimum service availability of 99.97%, 24/7 support, and the provision of 5 public IP addresses. Per cybersecurity regulations, the use of equipment from ZTE, Huawei, Xiaomi, and their affiliates is strictly prohibited. The contractor must also provide a detailed network topology map and demonstrate redundancy in their internet backbone.

Contract & Timeline

  • Type: Firm Fixed-Price
  • Duration: One-year base period plus four (4) one-year option periods
  • Set-Aside: None specified
  • Response Due: March 6, 2026, at 4:00 PM local time (Extended via Amendment)
  • Pre-Proposal Conference: February 24, 2026

Evaluation

Award will be made to the responsible offeror providing the best value through a comparative evaluation of technical capability, past performance, and price, utilizing FAR 13 procedures. This is not a low-price technically acceptable (LPTA) or formal trade-off process.

Additional Notes

Offerors must be registered in SAM.gov at the time of submission. Quotations must be in English and submitted electronically to ContractFreetown@state.gov. Submissions exceeding 30MB must be split into multiple emails.

People

Points of Contact

Rose WeckenmannPRIMARY
Mohamed AmaraSECONDARY

Files

Files

Download
Download

Versions

Version 2Viewing
Solicitation
Posted: Feb 10, 2026
Version 1
Solicitation
Posted: Feb 4, 2026
View