KOR-SPACE FORCE ISTO INFRASTRUCTURE PROJECT
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. Embassy Koror (Department of State) has issued a Request for Quotes (RFQ) for the KOROR Space Force ISTO Infrastructure Project in Koror, Palau. This project involves critical infrastructure work to support the implementation of an Ionospheric Scintillation Total Electron Content Observer (ISTO) system. The U.S. Government intends to award a Firm Fixed-Price contract to the lowest priced, acceptable, responsible quoter. Quotations are due by 4:30 PM, April 09, 2026.
Scope of Work
The contractor will be responsible for providing all necessary personnel, tools, equipment, materials, transportation, and insurance to complete infrastructure work. Key tasks include:
- Installation of conduits, coring, and wall penetration.
- Trenching, electrical, and grounding work.
- Construction of an antenna foundation.
- HVAC installation and East/West UHF antenna installation.
- Support for ISTO system integration.
- Restoration of the construction site to its original or better condition. All work must comply with local, international, and U.S. standards, as well as security and safety protocols. A competent English-speaking supervisor must be on-site.
Contract & Timeline
- Contract Type: Firm Fixed-Price.
- Period of Performance: Work to be completed within 60 working days after issuance of the Notice to Proceed.
- Set-Aside: None specified.
- Quotations Due: 4:30 PM, April 09, 2026.
- Published Date: March 24, 2026.
- Site Visit: Scheduled for 2:00 PM, Monday, March 30, 2026, at the U.S. Embassy Compound in Airai. RSVP to TeriongKL@state.gov by 2:00 PM, Friday, March 27, 2026.
Evaluation
Award will be made to the lowest priced, acceptable, responsible quoter. Acceptability will be determined by assessing compliance with RFQ terms. Responsibility will be analyzed based on FAR 9.1 requirements, including the ability to comply with the performance period, integrity, experience, skills, equipment, facilities, and eligibility.
Submission Requirements
Quotations must be submitted electronically to TeriongKL@state.gov in English, using MS-Word, MS-Excel, or Adobe Acrobat (PDF) format. The file size must not exceed 30MB; larger submissions require separate files/emails. Required documents include:
- SF-18.
- Section A, Pricing.
- Section L, Representations and Certifications.
- Additional information as required in Section J.
- Proof of SAM Registration.
Eligibility
Offerors must be technically qualified and financially responsible. Minimum requirements include understanding English, having an established business with a permanent address in the Republic of Palau (or plans to establish one within 30 days of award), SAM registration, prior construction experience, necessary resources, local licenses/permits, local insurance, ability to obtain performance security, no adverse criminal record, and no conflicting political or business affiliations. The NAICS code is 238190 with a size standard of 19.0 employees.
Additional Notes
Offerors must be registered in the SAM database prior to submission. Defense Base Act (DBA) insurance premium costs must be included. Drawings are available via hard copy upon request, and a breakdown of price by divisions of specifications is provided as Attachment #3.