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 opportunity seeks qualified contractors to provide professional and administrative support services globally, with an emphasis on identifying and managing Third-Party Contractors (TPCs) for INL programs. This is a Total Small Business Set-Aside for Women-Owned Small Businesses (WOSB). Proposals are due by April 9, 2026, at 5:00 PM EDT.
Scope of Work
Contractors will provide highly qualified TPCs on an individual BPA Call basis for INL programs, activities, and functions, both domestically (CONUS) and overseas (OCONUS), including U.S. Embassies. Services and performance details will be defined in each BPA Call's Statement of Work (SOW). Key responsibilities include identifying, screening, placing, monitoring, training, and retaining qualified candidates who meet GSA Multiple Award Schedule (MAS) labor category requirements.
Contract Details & Requirements
- Contract Type: Blanket Purchase Agreement (BPA) as defined in FAR 8.405-3. Multiple BPAs are anticipated.
- Period of Performance: One-year base period, 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.
- Key Personnel: Program Manager and Deputy Program Manager are required.
- Deliverables: Monthly Financial Reports, Monthly Status Reports, Quarterly Assurance and Compliance Reports (QACR), and Serious Incident Reports (SITREPs).
Submission & Evaluation
- Proposal Deadline: April 9, 2026, at 5:00 PM EDT.
- Evaluation Factors: Best Value Tradeoff, where technical merit is significantly more important than cost or price. Evaluation will be based on Volume I (Business), Volume II (Technical & Past Performance), Volume III (Scenarios), and Volume IV (Pricing).
- Submission Requirements: Offerors must possess an active Top Secret (TS) Facility Security Clearance (FSC) at the time of proposal submission. Joint Ventures must also hold a TS FCL.
Eligibility & Security
This opportunity is a Total Small Business Set-Aside for Women-Owned Small Businesses (WOSB). All eligible vendors holding a GSA Multiple Award Schedule (MAS) are invited to compete. Personnel will require Moderate Risk Public Trust (MRPT) certifications. Offerors must map their FSS Contract standard labor categories to the non-standard categories specified in this RFP.
Important Notes
Numerous attachments are provided, including templates for resumes (Attachment J), pricing sheets, and various other forms and questionnaires. Offerors should review the provided Questions & Answers documents (e.g., Attachment A) for clarifications on page limits, attachment references, formatting, and other proposal requirements.