Skip to main content

An official website of the United States government

You have 2 new alerts

Internet Services for U.S. Embassy Accra, Ghana

info alert

Note: There have been new actions to this contract opportunity. To view the most recent action, please click here.

Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information

  • Contract Opportunity Type: Solicitation (Original)
  • Original Published Date: Sep 30, 2022 09:03 am EDT
  • Original Date Offers Due: Oct 31, 2022 12:00 pm EDT
  • Inactive Policy: Manual
  • Original Inactive Date: Feb 12, 2023
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code: DG11 - IT and Telecom - Network: Satellite Communications and Telecom Access Services
  • NAICS Code:
    • 518210 - Computing Infrastructure Providers, Data Processing, Web Hosting, and Related Services
  • Place of Performance:
    , Greater Accra 233
    GHA

Description

The Embassy of the United States of America invites you to submit a quotation for Dedicated Internet Service at Accra Ghana.

The Embassy intends to conduct a pre-quotation conference via Microsoft teams on October 18, 2022 10:00AM GMT,  All prospective offerors who wish to participate must return a   pre-proposal conference registration form to AccraProcurement@State.Gov on or before October 14, 2022 12:00 pm GMT. The form is provided as an attachment to this RFQ.

Your quotation must be submitted electronically to AccraProcurement@State.Gov. Submitted in Adobe Acrobat (pdf) file format and must not exceed 30MB. If the file size should exceed the 30MB, the submission must be made in separate files and attached to separate emails with less than 30MB each.

In order for a quotation to be considered, you must also complete and submit the following:

    1. SF-1449 (blocks 17, 24 and 30).  Block 24 should list the total value of the quote for the base year and the option years.
    2. Section 1, The Schedule (Fill-in pricing)
    3. Section 5, Representations and Certifications;
    4. Additional information as required in Section 3.
    5. Proof of SAM registration

The U.S. Government intends to award a contract to the responsible offeror representing best value using comparative evaluation authorized under FAR 13.106-2(b) (3). A comparative evaluation is defined as the act of comparing two or more offers in response to the RFQ. The item-by-item comparison is performed by comparing each offer directly to one another to determine which provides the best value to the Department.

Comparative evaluation is NOT a low price technically acceptable (LPTA) or trade-off process. Prospective offers must still meet basic standards for responsibility at FAR 9.104 and solicitation compliance to be eligible for award. We intend to award a contract based on initial quotations, without holding discussions, although we may hold discussions with companies if there is a need to do so.

Offerors shall be registered in the SAM (System for Award Management) database at https://www.sam.gov  prior to submittal of their offer/proposal as prescribed under FAR 4.1102. Failure to be registered at time of proposal submission may deem the offeror’s proposal to be considered non-responsible and no further consideration will be given. Therefore, offerors are highly encouraged to register immediately if they are interested in submitting a response to this requirement

Direct any questions regarding this solicitation to Megan M. Peiler by letter or by telephone +233302741759 regular business hours.

Contact Information

Contracting Office Address

  • DEPARTMENT OF STATE, 2201 C ST NW
  • WASHINGTON , DC 20520
  • USA

Primary Point of Contact

Secondary Point of Contact

History