DoS INL Worldwide 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 Department of State, Bureau of International Narcotics and Law Enforcement Affairs (INL), is conducting market research through a Request for Information (RFI) for Worldwide Third Party Contractor (TPC) services. This RFI, designated as a Total Small Business Set-Aside, seeks industry input on best practices, technical capabilities, and proven approaches for delivering high-quality performance and effective reporting under a potential future contract. Responses will inform planning and are due by February 2, 2026, 5:00 PM EDT.
Scope of Work
INL is seeking information on capabilities to provide TPC services globally, supporting INL programs, activities, and functions. Key areas of interest include vendors' experience with similar projects, quality assurance methodologies, performance monitoring tools, and innovative solutions to enhance contract outcomes. Services are anticipated to be provided on an individual Blanket Purchase Agreement (BPA) Call basis.
Contract & Timeline
- Opportunity Type: Sources Sought / Request for Information (RFI)
- Anticipated Mechanism: Multiple Blanket Purchase Agreements (BPAs)
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- NAICS Code: 541611 – Administrative Management and General Management Consulting Services
- Product Service Code: R408 - Program Management/Support Services
- Place of Performance: Domestic and Overseas
- Response Due: February 2, 2026, 5:00 PM EDT
- Published: January 13, 2026
Submission Requirements
Industry is strongly encouraged to review the attached draft Statement of Work (SOW) and provide comprehensive feedback using Attachment A – Offeror Questions and Clarifications. Responses should address the organization's relevant experience, proposed quality assurance and performance monitoring approaches, and any recommendations for improving the draft requirements. Submissions are for market research and planning purposes only and will not be evaluated as proposals.
Additional Notes
This RFI does not constitute a Request for Proposal (RFP). For the potential future contract, an active Top Secret (TS) Facility Security Clearance (FSC) will be required at the time of submission, and all terms and conditions of the GSA/MOBIS Federal Supply Schedule will apply. The anticipated evaluation method for the future contract is Best Value Using Tradeoff.
Contact: Deborah Dietzel (Dietzeldr@state.gov).