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 globally. This opportunity is a Women-Owned Small Business (WOSB) Program Set-Aside. Proposals are due by 5:00 PM EDT on April 9, 2026.
Scope of Work
Contractors will provide highly qualified third-party contractors (TPCs) on an individual BPA Call basis to support 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 selected contractors will be responsible for identifying, screening, placing, monitoring, training, and retaining qualified candidates to meet service requirements. 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) as defined in FAR 8.405-3.
- Period of Performance: One-year base period, four one-year option periods, and a six-month extension option.
- Place of Performance: Domestic (CONUS) and Overseas (OCONUS) locations.
- NAICS Code: 541611 - Administrative Management and General Management Consulting Services.
- Product Service Code: R408 - Program Management/Support Services.
- Set-Aside: Women-Owned Small Business (WOSB) Program Set-Aside. All eligible GSA Multiple Award Schedule (MAS) vendors are invited to compete.
- Security Clearance: Offerors must possess an active Top Secret (TS) Facility Security Clearance (FSC) at the time of proposal submission.
Submission & Evaluation
Proposals must be submitted electronically via email by 5:00 PM EDT on April 9, 2026. The source selection methodology is Best Value Tradeoff, where technical merit is significantly more important than cost or price. Evaluation will be based on four volumes: Volume I (Business), Volume II (Technical & Past Performance), Volume III (Scenarios), and Volume IV (Pricing). Key Personnel, including a Program Manager and Deputy Program Manager, are required. Resumes for Key Personnel are not part of the BPA-level proposal but may be required at the BPA Call level.
Important Notes
This solicitation has undergone multiple revisions. The latest amendments (Revision 2, dated March 31, 2026) and associated Questions & Answers (Q&A) documents provide critical updates regarding page limits, attachment usage, and clarification on WOSB status and Joint Venture FCL requirements. Offerors should review the REV2_RFP_DoS_INL_WTPC_BPA_PR15796090.pdf and REV2_Attachment A - Questions (External).xlsx for the most current information.