Cell Phone Services Contract for U.S. Embassy in Sri Lanka

SOL #: 19CE2026Q0002Combined Synopsis/Solicitation

Overview

Buyer

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

Place of Performance

Colombo, LK-11, Sri Lanka

NAICS

Wireless Telecommunications Carriers (except Satellite) (517112)

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 19, 2026
2
Last Updated
Mar 5, 2026
3
Submission Deadline
Apr 6, 2026, 12:00 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 U.S. Embassy in Sri Lanka is soliciting quotations for a Cell Phone Services Contract to provide comprehensive mobile telephone services. This Indefinite Delivery/Indefinite Quantity (IDIQ) contract will be awarded based on a best value comparative evaluation. A pre-proposal conference is scheduled for March 23, 2026, at 11:30 a.m. in Colombo. Quotations are due by April 6, 2026, 5:00 p.m. (Colombo time).

Scope of Work

This opportunity requires the provision of comprehensive mobile telephone services, including voice and data packages, for an estimated 200 to 1000 connections. Key requirements include Mobile Number Portability (MNP), call features (forwarding, blocking, waiting, conference, missed call alerts), nationwide 4G and 5G service, Wi-Fi Calling, local SMS, and an assigned account manager. The service provider must ensure timely issue resolution (minor within 2 hours, complex within 4 hours), quick activation of new connections (within 2 hours), and the ability to apply credit limits. Technical specifications demand 99.99% network uptime, device-agnostic SIM cards, an administrative/management web portal, and no blocking of hotspot capability or WAP internet content. Detailed billing, international connectivity (USA, Maldives, UAE, Thailand, European countries, worldwide), international roaming, and 24/7 customer and technical support are also mandatory. Voice Mail services in English and Sinhala are required.

Contract Details

  • Contract Type: Indefinite Delivery/Indefinite Quantity (IDIQ)
  • Period of Performance: One-year base period with four (4) one-year options to renew.
  • Estimated Connections: Minimum 200, maximum 1000.
  • Pricing: Firm, fixed rates; Value Added Tax (VAT) is not applicable.
  • Set-Aside: None specified (Unrestricted).
  • NAICS Code: 517210 (Network Services).

Submission & Evaluation

  • Quotation Due Date: April 6, 2026, 5:00 p.m. (Colombo time).
  • Pre-Proposal Conference: March 23, 2026, 11:30 a.m. at No. 210, Galle Road, Colombo 3. Confirm participation via email to SundaravelYG@state.gov.
  • Submission Method: Electronically to colombo-ebidding@state.gov. Files must be in MS-Word, MS-Excel, or Adobe Acrobat (PDF) format, with each file not exceeding 30MB.
  • Required Documents: SF-1449, Section I (Pricing), Section 5 (Representations and Certifications), additional information as required in Section 3, IRS Form W-14, proof of SAM registration, and the Cybersecurity Supply Chain Risk Management (C-SCRM) Questionnaire and/or State Department Secure Software Development Attestation Form.
  • Evaluation Criteria: A comparative evaluation will determine the best value, considering technical capabilities, past performance, and price. This is not a Low Price Technically Acceptable (LPTA) or trade-off process. Offerors must meet basic responsibility standards and be registered in SAM.gov prior to submission.

People

Points of Contact

Yogaganesh SundaravelPRIMARY
Danujaya MuthugalaSECONDARY

Files

Files

Download
Download
Download

Versions

Version 2Viewing
Combined Synopsis/Solicitation
Posted: Mar 5, 2026
Version 1
Pre-Solicitation
Posted: Feb 19, 2026
View