This is a Request for Proposal (RFP) for a Blanket Purchase Agreement (BPA) to provide professional and administrative support services worldwide for the U. S. Department of State, Bureau of International Narcotics and Law Enforcement Affairs (INL). The contractor will provide qualified third-party contractors (TPCs) on an individual BPA call basis. TPCs must meet labor category requirements from the contractor's GSA Multiple Award Schedule (MAS). The contract type will be a BPA, with specific services defined at the BPA call level. Key requirements include personnel management, customer service, professional demeanor, training, work hours, telework, and detailed deliverables. Security requirements are stringent, including a Top Secret facility security clearance and individual security clearances or Moderate Risk Public Trust (MRPT) certifications for personnel. The period of performance includes a one-year base period and four one-year option periods, plus a six-month option to extend services. Offerors must submit proposals by April 2, 2026, and proposals will be evaluated based on technical merit (understanding the requirement, management plan, corporate experience, past performance, and scenarios) and price, with technical merit being significantly more important. Offerors must have an active Top Secret facility security clearance at the time of submission.
The RFP responses are due by 5:00 PM EDT on April 2, 2026. The contractor shall assume full responsibility for ensuring the offer is received by the designated time and date.
Payment for each invoice is contingent upon the contractor meeting acceptable quality levels, measurable performance standards, or minimum BPA call requirements for the invoice period. The contracting officer determines if these requirements are met. For fixed-price arrangements, the government will pay the monthly apportionment of the awarded fixed price if requirements are met.
In accordance with FAR ****(b)(5), the contractor shall mark the supplies delivered or provide notice of any warranty. Information shall include the terms and duration of the warranty and the name and telephone number of the contracting officer to be notified if supplies are defective.
The government anticipates issuing multiple Blanket Purchase Agreements (BPAs) as a result of this solicitation, but reserves the right to award none, depending on proposal quality or budget limitations. The basis of award is best value tradeoff, where technical factors are significantly more important than price.
Offerors must possess an active Top Secret facility security clearance (FSC) at the time of proposal submission. For personnel, individual security clearances or Moderate Risk Public Trust (MRPT) certifications are required prior to contract performance.
Failure to fulfill any written commitment made by the contractor within the scope of the contract shall render the contractor liable for liquidated or other damages due to the government. Nonpayment will be made for any unauthorized supplies or services, or for any unauthorized changes to the work specified. Failure to comply with export license requirements may result in contract termination and penalties borne by the contractor.
The Department of State does not plan to hold a pre-proposal conference, but reserves the right to schedule one if deemed necessary after reviewing submitted questions.
Protests must be served on the contracting officer by obtaining read receipt and acknowledgment of receipt within one day of filing a protest with the GAO.