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
Apr 6, 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 Department of State has issued a Global Advisory Request for Proposals (RFP) for a multiple-award Indefinite-Delivery, Indefinite-Quantity (IDIQ) contract. This opportunity seeks to provide advisory and technical support, training, mentoring, monitoring, and logistics services globally (Outside Continental United States - OCONUS) to support U.S. foreign policy goals. The solicitation is a Partial Small Business Set-Aside (FAR 19.5), with two competition pools: Full and Open (F&O) and Service-Disabled Veteran-Owned Small Business (SDVOSB) / Women-Owned Small Business (WOSB). Proposals are due May 6, 2025, at 14:00 EDT.

Scope of Work

The contract requires providing qualified personnel to offer advisory services to international partners, placing advisors within Host Nation institutions, and delivering comprehensive logistics support, transportation, operational equipment, and sustainment services. This includes interpreter and translation services, site monitoring, program management, and reach-back facilitation. Services will be provided in diverse environments, necessitating knowledge of local languages, cultures, and regulations.

Contract Details

  • Contract Type: Multiple-award, Indefinite-Delivery, Indefinite-Quantity (IDIQ) for non-commercial services.
  • Period of Performance: A five-year ordering period with a potential six-month option to extend.
  • Estimated Value: An estimated maximum cumulative value of $250,000,000 across all Global Advisory contracts, with a minimum contract value of $15,000.
  • Set-Aside: Partial Small Business Set-Aside (FAR 19.5). Task orders with one or two advisors will be 100% set-aside for SDVOSB/WOSB concerns, unless waived. Task orders with three or more advisors may be competed among the SDVOSB/WOSB pool or full and open.
  • Product Service Code: R799 (Other Management Support Services).

Key Requirements & Clarifications

Offerors must propose a Program Manager (IDIQ Level) with a Top Secret clearance, specific experience (e.g., lead PM for $5M+ contracts, $1M+ foreign assistance, 8+ years leadership), and certifications (MS Office, English fluency). The contractor must hold or sponsor a Top Secret Facility Security Clearance. Procurement restrictions under the Foreign Assistance Act apply, requiring compliance or waiver justifications for U.S.-manufactured motor vehicles and general procurement sourcing. Latest Q&A clarifies details on overtime, pricing of specific items (life support, Med Evac), citizenship, joint ventures, and medical clearances.

Submission & Evaluation

Proposals must be submitted electronically via email by May 6, 2025, at 14:00 EDT. Evaluation will follow a "best value" tradeoff source selection process, with non-price factors (Technical Approach, Management Approach, Past Performance) considered significantly more important than Price. Offerors must complete a Past Performance Questionnaire (PPQ) and utilize provided pricing tables and labor category descriptions.

Amendments

Amendment 1 extended the proposal due date to May 6, 2025, and updated various RFP sections and attachments. Amendment 2 provided further answers to vendor questions (J-Attachment 12), clarified the RFP, and updated Sections B-M and J-Attachments J-10 and J-12, with no change to the extended due date. Offerors are responsible for reviewing all amendments and the entire solicitation.

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 9
Solicitation
Posted: Apr 6, 2026
View
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