Mobile Phone Services
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. Embassy Libreville, Department of State, has issued a Presolicitation for Mobile Phone Services in Libreville, Gabon. This notice indicates an upcoming Firm Fixed-Price contract to provide comprehensive mobile phone services for the U.S. Government. A pre-proposal conference was held on March 10, 2026, to clarify submission and evaluation requirements for the future solicitation. The solicitation is not yet ready to be issued, and the official response date will be provided when it is launched on SAM.gov.
Scope of Work
The contract aims to secure comprehensive mobile phone services, emphasizing service quality, issue resolution, security compliance, eSIM functionality, confidentiality, and continuous availability of a Customer Service Center. Services will support the U.S. Government at Libreville.
Contract & Timeline
- Type: Firm Fixed-Price Contract
- Duration: One base year with four one-year option periods, plus an option to extend for an additional six months (per FAR 52.217-8).
- Set-Aside: None specified; "all responsible sources may submit a quotation."
- Anticipated Launch: Solicitation not yet issued; date to be announced on SAM.gov.
- Published Date: March 27, 2026 (Presolicitation update).
- Place of Performance: US Embassy Libreville, BP. 4000 Quartier Sablière, Libreville, Gabon.
Submission Requirements & Evaluation
Offers must be submitted electronically in two distinct volumes: a Price Offer and a Technical Offer. Mixed quotes will be disqualified.
- Price Offer: Requires completion of pricing tables, SF-1449, and a quote for DBA Insurance (purchase not required at submission).
- Technical Offer: Must follow Section 3 criteria, complete Section 5 (Representations and Certifications) or attach SAM registration, and demonstrate Cybersecurity Supply Chain Risk Management (C-SCRM) compliance.
- SAM Registration: Mandatory in the System for Award Management (SAM.gov) by the offer submission deadline. Early registration is strongly encouraged.
- Evaluation: Award will be for a single Indefinite Quantity Contract using FAR Part 13 comparative evaluation procedures. Proposals will undergo a compliance review (including a C-SCRM Go/No-Go check) and then be comparatively evaluated on technical factors, past performance, and price to determine the best value. Responsibility will be confirmed before award.
- Key Clauses: Offerors must pay attention to FAR 52.204-23, 52.204-25 (prohibition on certain telecommunications equipment), 52.204-9 (personal identity verification), 52.204-13 (SAM registration maintenance), and 52.228-3 (worker's compensation insurance).
Additional Notes
The Government may award the contract based on the initial offer without discussions. Electronic responses should not exceed 30KB per email.