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 to establish multiple BPAs with qualified contractors to provide CONUS and OCONUS professional and administrative support services via Third-Party Contractors (TPCs) on an individual BPA Call basis. This is a Total Small Business Set-Aside for Women-Owned Small Business (WOSB). Proposals are due by April 2, 2026.
Scope of Work
Contractors will provide highly qualified TPCs who meet labor category requirements under their GSA Multiple Award Schedule (MAS) contracts. Services and performance details will be defined in individual BPA Call Statements of Work (SOWs). Key deliverables include Monthly Financial Reports, Monthly Status Reports, and Quarterly Quality Assurance and Compliance Reports (QACR).
Contract Details
- Contract Type: Blanket Purchase Agreement (BPA). Multiple awards are anticipated.
- Period of Performance: One-year base period, four one-year option periods, and a six-month extension option.
- Place of Performance: Domestic and Overseas (CONUS and OCONUS locations, including U.S. Embassies).
- 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.
Submission & Evaluation
- Proposal Submission Deadline: April 2, 2026, at 5:00 PM EDT.
- Source Selection Methodology: Best Value Tradeoff, where technical factors are significantly more important than price.
- Evaluation Factors: Proposals will be evaluated across Volume I (Business), Volume II (Technical & Past Performance), Volume III (Scenarios), and Volume IV (Pricing).
- Eligibility: Offerors must possess an active Top Secret (TS) Facility Security Clearance (FSC) at the time of submission. Key personnel, including a Program Manager and Deputy Program Manager, are required.
Additional Notes
Numerous attachments are provided, including templates for resumes, deliverables, and questionnaires. Contractors must map FSS standard labor categories to non-standard categories specified in the RFP.