Local Guard Force U.S. Mission Wellington, New Zealand
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.
The U.S. Department of State (DOS) has a requirement for a qualified Contractor to provide Local Guard Services to support the U.S. Mission in Wellington, New Zealand and its Consulate in Auckland. The Government requires a secure environment to conduct their mission. The Contractor shall provide the organizational structure, management, and qualified staff at levels adequate to meet or exceed the requirement contained in the Performance Work Statement. The Contractor shall be required to provide services in a manner that prevent loss or injury to U.S. personnel, dependents, property; destruction of assets; to prevent unauthorized access; and deter potential terrorist attacks. Anticipated period of performance is one base year and four one-year options (to be exercised at the sole discretion of the Government).
PHONE CALLS WILL NOT BE ACCEPTED, Offerors shall contact the contracting officer Yenny Adams for questions at AdamsYR@state.gov
Offerors shall have an active registration on the System for Award Management at https://www.SAM.gov. Offerors using Joint Ventures shall have a proper registration as a Joint Venture including Unique Entity ID. (UEI)
In accordance with 22 U.S.C. § 4864, the Government will give preference to offerors qualifying as U.S. persons or U.S. Joint Venture Persons. The contract will be awarded to the best technically acceptable proposal with the lowest evaluated price.
19AQMM25R0211-A001-ammendment will follow, see below the updated sections:
L.5 TIME, PLACE, AND SUBMISSION OF OFFER
The Offeror shall assume full and total responsibility for ensuring that its offer is received via electronicsubmission ONLY to Yenny Adams AdamsYR@state.gov by November 20, 2025, 2025 NLT 01:00 PM-Eastern Standard Time - (See Block 9 of the SF-33), only valid electronic submission before or until thedescribed deadline. Paper copies via mail will not be accepted. Late submissions shall be rejected and notevaluated.
L.9 OFFEROR QUESTIONS AND/ OR CLARIFICATIONS
Any questions, comments, exceptions, or clarifications concerning any aspect of the solicitation shall beprepared in writing and submitted to Contracting Officer Yenny Adams AdamsYR@state.gov No later than October 22, 2025 at 1:00 PM ET.
FORTHCOMING AMENDMENT A002: The Government intends to issue Amendment A002 to extend the Vendor Q&A due date through November 15, 2025 and the Proposal due date through November 28, 2025, as a result of the lapse in appropriations. Please monitor SAM.gov for the official publication of Amendment A002 in the coming weeks, which will reflect the revised proposal due date in Section L.5.
11/17/2025 POSTING A001 AND A002.
11//25/2055 POSTING A003
12/04/2025 POSTING A004