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). This Women-Owned Small Business (WOSB) set-aside opportunity seeks qualified contractors to provide professional and administrative support services globally, on an individual BPA Call basis. Proposals are due April 9, 2026.
Scope of Work
Contractors will provide highly qualified Third-Party Contractors (TPCs) for INL programs, activities, and functions, both domestically (CONUS) and overseas (OCONUS). Services will be defined in individual BPA Call Statements of Work (SOWs). TPCs must meet labor category requirements from the Contractor's GSA Multiple Award Schedule (MAS). Key responsibilities include identifying, screening, placing, monitoring, training, and retaining qualified candidates. Deliverables include Monthly Financial Reports, Monthly Status Reports, Quarterly Assurance and Compliance Reports, and Serious Incident Reports (SITREPs). Key Personnel required are a Program Manager and Deputy Program Manager.
Contract Details
- Contract Type: Blanket Purchase Agreement (BPA) under FAR 8.405-3.
- Period of Performance: One-year base period, four one-year option periods, and a six-month extension option.
- Set-Aside: Total Small Business Set-Aside for Women-Owned Small Business (WOSB).
- NAICS Code: 541611 – Administrative Management and General Management Consulting Services.
- Product Service Code: R408 - Support – Professional: Program Management/Support.
- Place of Performance: Domestic and Overseas (CONUS and OCONUS).
- Eligibility: Offerors must hold an active GSA Multiple Award Schedule (MAS) contract and possess an active Top Secret (TS) Facility Security Clearance (FSC) at the time of proposal submission.
Submission & Evaluation
- Proposal Submission Deadline: April 9, 2026, by 5:00 PM EDT.
- Source Selection Methodology: Best Value Tradeoff, where technical merit is significantly more important than cost or price.
- Evaluation Factors: Proposals will be evaluated across Volume I (Business), Volume II (Technical & Past Performance), Volume III (Scenarios), and Volume IV (Pricing).
- Submission Requirements: Proposals must include an active Top Secret (TS) Facility Security Clearance (FSC). Numerous attachments are referenced, including templates for resumes, deliverables, and questionnaires.
Additional Notes
The solicitation emphasizes stringent security requirements, including a Top Secret Facility Security Clearance for the offeror and Moderate Risk Public Trust (MRPT) certifications for personnel. All terms and conditions of the GSA/MAS Federal Supply Schedule apply. Questions and clarifications have been addressed in Attachment A, with revisions to the RFP highlighted in yellow.