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) is soliciting proposals for INDO-PACIFIC ENERGY AND CRITICAL MINERALS PROJECT SCOPING SERVICES. This Total Small Business Set-Aside opportunity seeks non-personal services to support USTDA's decision-making regarding funding for project development activities in the energy and critical minerals sectors within the Indo-Pacific Region. The contractor will inform agency decision-making, assist in program design, and engage with prospective grantees and U.S. companies. Proposals are due March 30, 2026, at 1:00 PM ET.
Scope of Work
The selected contractor will provide comprehensive technical advisory and project scoping/evaluation services. Key activities include conducting detailed analyses, developing terms of reference and budgets, and engaging with grantees, partners, and U.S. industry representatives. The focus is on energy and critical minerals infrastructure development across Southeast Asia, South Asia, and the Pacific Islands. 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
Contract Details
- Contract Type: Services Contract (RFP)
- Period of Performance: 36 months from the Contracting Officer's signature.
- Place of Performance: Indo-Pacific Region and the Contractor's facility.
- Set-Aside: Total Small Business Set-Aside (FAR 19.5) under NAICS Code 541690 ($16.5 Million size standard).
- Eligibility: Limited to U.S. Firms or U.S. individuals. Contractor and U.S. subcontractor employees must be U.S. citizens or non-U.S. citizens lawfully admitted for permanent residence in the United States. Subcontractor use is limited to less than fifty percent of the proposed price.
Submission & Evaluation
- Offer Due Date: Monday, March 30, 2026, at 1:00 PM ET.
- Questions Due: Monday, March 9, 2026, by 1:00 PM ET. Send questions to contractproposals@ustda.gov and tjohnson@ustda.gov.
- Submission Method: Proposals must be submitted 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.
Additional Notes
Offerors must be registered and have an active status in SAM.gov to be eligible for award. The solicitation incorporates FAR clauses by reference and in full text.