Dept of State - INL Worldwide (W-TPC BPA) PR15796090
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, Bureau of International Narcotics and Law Enforcement Affairs (INL) is soliciting proposals for a Worldwide Third-Party Contract (W-TPC) Blanket Purchase Agreement (BPA). The objective is to establish multiple BPAs with qualified contractors to provide professional and administrative support services for INL programs and functions globally. This opportunity is a Women-Owned Small Business (WOSB) Set-Aside and requires an active Top Secret (TS) Facility Security Clearance at the time of submission. Proposals are due by April 9, 2026, at 5:00 PM ET.
Scope of Work
Contractors will provide highly qualified third-party contractors (TPCs) on an individual BPA Call basis for INL programs, activities, and functions, both domestically (CONUS) and overseas (OCONUS). TPCs must meet labor category requirements specified in the Contractor's GSA Multiple Award Schedule (MAS). The contractor is responsible for identifying, screening, placing, monitoring, training, and retaining qualified candidates. Specific services and performance details will be defined in each BPA Call's Statement of Work (SOW).
Contract Details
- Contract Type: Blanket Purchase Agreement (BPA) under GSA Multiple Award Schedule (MAS).
- Period of Performance: One-year base period (June 1, 2026, to May 31, 2027), four one-year option periods, and a six-month extension option.
- NAICS Code: 541611 – Administrative Management and General Management Consulting Services.
- Product Service Code: R408 - Support – Professional: Program Management/Support.
- Set-Aside: Women-Owned Small Business (WOSB).
- Key Personnel: Program Manager and Deputy Program Manager are required.
- Deliverables: Include Monthly Financial Reports, Monthly Status Reports, Quarterly Assurance and Compliance Reports (QACR), Serious Incident Reports (SITREP), and BPA Phase-In Reports.
Submission & Evaluation
- Proposal Due Date: April 9, 2026, 5:00 PM ET.
- Source Selection: Best Value Tradeoff, with technical factors being significantly more important than price.
- Evaluation Factors: Proposals will be evaluated based on Volume I (Business), Volume II (Technical & Past Performance), Volume III (Scenarios), and Volume IV (Pricing).
- Eligibility: Offerors must hold a GSA Multiple Award Schedule (MAS) and possess an active Top Secret (TS) Facility Security Clearance (FSC).
Important Notes & Amendments
Multiple revisions (Revision 1, 2, and 3) have been made to the RFP, with changes highlighted in YELLOW, BLUE, and GREEN, respectively. Offerors must review the latest RFP document and associated amendments, including the SF1449 and SF50, for all updated requirements and deadlines. A Q&A document provides clarifications on page limits, attachment usage, Facility Clearance for Joint Ventures, and WOSB status.