Global Advisory Request for Proposals (RFP)

SOL #: 19AQMM25R0019Solicitation

Overview

Buyer

State
State, Department Of
ACQUISITIONS - AQM MOMENTUM
WASHINGTON, DC, 20520, United States

Place of Performance

Place of performance not available

NAICS

Administrative Management and General Management Consulting Services (541611)

PSC

Other Management Support Services (R799)

Set Aside

Partial Small Business Set-Aside (FAR 19.5) (SBP)

Timeline

1
Posted
Jan 6, 2025
2
Last Updated
Feb 20, 2026
3
Submission Deadline
May 6, 2025, 6:00 PM

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 African Affairs and Bureau of Political-Military Affairs, is soliciting proposals for a Global Advisory Multiple-Award Indefinite-Delivery, Indefinite-Quantity (IDIQ) contract. This opportunity seeks to provide advisory and technical support, training, mentoring, monitoring, and logistics services globally to organizations and countries outside the continental United States (OCONUS). The estimated maximum contract value is $250 million. Proposals are due by May 6, 2025, at 14:00 EDT.

Scope of Work

The contract requires qualified personnel to provide advisory services, including placing advisors within Host Nation institutions, organizations, and military units. Services encompass logistics support, transportation, operational equipment, sustainment, interpreter/translation services, site monitoring, program management, and reach-back facilitation. Services will be delivered in diverse environments, necessitating knowledge of local languages, cultures, and regulations.

Contract Details

  • Contract Type: Multiple-Award Indefinite-Delivery, Indefinite-Quantity (IDIQ)
  • Period of Performance: Five-year ordering period with a potential six-month option.
  • Estimated Maximum Value: $250,000,000 cumulative across all Global Advisory contracts.
  • Minimum Value: $15,000.
  • Set-Aside: This is a Partial Small Business Set-Aside (FAR 19.5). It includes two competition pools: Full and Open (F&O) and Service-Disabled Veteran-Owned Small Business (SDVOSB) / Women-Owned Small Business (WOSB). Task Orders (TOs) with one or two advisors will be 100% set-aside for SDVOSB/WOSB concerns, unless waived. TOs with three or more advisors may be competed among SDVOSB/WOSB pool contractors or full and open.
  • NAICS Code: 541611 (Management Consulting Services) with a small business size standard of $24.5 million.

Key Requirements

Offerors must demonstrate capability to provide personnel for various labor categories (e.g., Program Manager, Senior Advisor, Cybersecurity Advisor), meeting specific experience and education requirements. The Program Manager (IDIQ level) requires a Top Secret clearance, and the contractor must hold or sponsor a Top Secret Facility Security Clearance (FCL). Required equipment includes body armor, ballistic helmets, satellite phones, laptops, and leased 4x4 vehicles, all with specific technical specifications. Procurement restrictions under the Foreign Assistance Act apply, requiring justification for waivers if non-U.S. manufactured vehicles or non-compliant sourcing is proposed.

Submission & Evaluation

Proposals are due May 6, 2025, at 14:00 EDT, and must be submitted electronically via email. The evaluation will use a "best value" tradeoff source selection process. Non-price factors (Technical Approach, Management Approach, Past Performance) are considered significantly more important than Price. Bidders must use provided templates for Past Performance Questionnaires (PPQ) and Key Personnel Resumes.

Important Notes

Amendments have provided answers to vendor questions, clarified RFP sections (B-M), and updated various Section J Attachments (J-1, J-9, J-10, J-11, J-12). Offerors are responsible for reviewing the entire solicitation and all amendments for current terms and conditions. The primary point of contact is Taynelle McCloud (mccloudtl@state.gov), with Andrew Lawson (lawsonar@state.gov) as an alternate.

People

Points of Contact

Taynelle McCloudPRIMARY
Andrew LawsonSECONDARY

Files

Files

Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download

Versions

Version 8
Solicitation
Posted: Feb 20, 2026
View
Version 7
Solicitation
Posted: Jan 21, 2026
View
Version 6
Solicitation
Posted: Nov 24, 2025
View
Version 5
Solicitation
Posted: Jul 28, 2025
View
Version 4
Solicitation
Posted: Jul 28, 2025
View
Version 3Viewing
Solicitation
Posted: Mar 27, 2025
Version 2
Solicitation
Posted: Mar 12, 2025
View
Version 1
Solicitation
Posted: Jan 6, 2025
View