INDO-PACIFIC ENERGY AND CRITICAL MINERALS PROJECT SCOPING SERVICES
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. Trade and Development Agency (USTDA), under the Executive Office of the President, has issued a Combined Synopsis/Solicitation (RFP 1131PL26RQ0015) for INDO-PACIFIC ENERGY AND CRITICAL MINERALS PROJECT SCOPING SERVICES. This opportunity seeks non-personal services to support USTDA's decision-making and program design for funding energy and critical minerals infrastructure development in the Indo-Pacific Region. This is a Total Small Business Set-Aside. Proposals are due March 30, 2026, at 1:00 PM ET.
Scope of Work
The contractor will provide comprehensive technical advisory and project scoping/evaluation services. Key activities include informing agency decision-making, assisting in program design, and engaging with prospective grantees and U.S. companies. The focus is on energy and critical minerals infrastructure development across Southeast Asia, South Asia, and the Pacific Islands. Key Deliverables include:
- Preliminary Assessment Reports (up to 8)
- Full Project Reports (up to 10)
- Scoping Mission Reports
- Activity Amendment Reviews
- Final Report
- Cost Reimbursement for travel
- Deliverables and Status Tracker
Contract Details
- Contract Type: Services Contract (RFP issued under FAR Subpart 12.6 and 15.3)
- Period of Performance: 36 months from the date of the Contracting Officer's signature.
- Place of Performance: Indo-Pacific Region and the Contractor's facility.
- Set-Aside: Total Small Business (NAICS 541690, Size Standard $16.5 Million). Eligibility includes HUBZone, SDVOSB, WOSB, EDWOSB, and 8(a) firms.
- Eligibility: Limited to U.S. Firms or U.S. individuals. Contractor and subcontractor employees must be U.S. citizens or non-U.S. citizens lawfully admitted for permanent residence in the U.S.
Submission & Evaluation
- Proposals Due: Monday, March 30, 2026, at 1:00 PM ET.
- Questions Due: Monday, March 9, 2026, at 1:00 PM ET.
- Submission Method: Electronically via email to contractproposals@ustda.gov.
- Proposal Structure: Two volumes: Technical Proposal (max 10 pages) and Price Proposal (using SF 1449, with detailed breakdown).
- Evaluation Factors: Technical Approach, Technical Expertise, Past Performance, and Price. Technical factors combined are significantly more important than price. Past performance will be assessed using a survey.
Additional Notes
Offerors must be registered and have an active status in the SAM database (www.SAM.gov) to be eligible for award. Questions must be sent via email to tjohnson@ustda.gov and contractproposals@ustda.gov.