RFP for Department of State Worldwide Design/Build and Construction Project Indefinite Delivery/Indefinite Quantity Contracts
ID: 19AQMM25R0207Type: Solicitation
Overview

Buyer

STATE, DEPARTMENT OFSTATE, DEPARTMENT OFACQUISITIONS - AQM MOMENTUMWASHINGTON, DC, 20520, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

CONSTRUCTION OF OFFICE BUILDINGS (Y1AA)

Set Aside

No Set aside used (NONE)
Timeline
    Description

    The Department of State (DOS) is soliciting proposals for Worldwide Design-Build and Construction Services through Indefinite Delivery/Indefinite Quantity (IDIQ) contracts, aimed at selecting qualified firms for various construction projects at DOS facilities globally. The procurement includes two categories: a Small Business Set Aside, with up to 35 contracts designated for specific socioeconomic groups, and a Full and Open category, with up to seven contracts available. This initiative is critical for enhancing the security and functionality of U.S. diplomatic facilities, ensuring compliance with federal regulations and standards. Interested offerors must submit their proposals electronically by August 1, 2025, and can direct inquiries to Kaitlin Lockett at lockettkf@state.gov or Glen Vierk at VierkGE@state.gov.

    Point(s) of Contact
    Kaitlin Lockett
    lockettkf@state.gov
    Files
    Title
    Posted
    The document serves as a guide for U.S. entities submitting project proposals under the Omnibus Diplomatic Security and Antiterrorism Act of 1986 (Public Law 99-399). It outlines the required Statement of Qualifications and certifications to demonstrate eligibility as a "U.S. person" or "qualified U.S. joint venture." All offerors must fulfill six certifications, including details of their legal organization, principal business location, project experience, and management composition, emphasizing the employment of U.S. citizens. Critical definitions clarify terms such as "incorporated," "principal place of business," and "joint venture." The document notes proper regulatory compliance and highlights potential penalties for misrepresentation. Prospective offerors must submit thorough information and supporting documentation to establish their qualifications by completing tabs within the submission, ensuring adherence to the specified requirements for eligibility and the organizational structure of joint ventures. This submission process is vital for securing federal funding or contracts linked to national security and diplomatic efforts.
    The document outlines the requirements for federal project submissions under Section 402(a) of the Omnibus Diplomatic Security and Antiterrorism Act of 1986 (Public Law 99-399). It specifies that Offerors must certify their status as a "United States person" or "qualified United States Joint Venture" to be eligible for statutory preferences. The certification process involves completing six key sections that detail qualifications, including proof of incorporation, principal business location, operational history, and prior relevant experience within the U.S. or on federal contracts abroad. The document highlights the importance of employing U.S. citizens in management and supervisory roles, setting thresholds to ensure a majority local workforce. The Offeror is required to provide supporting documentation organized into tabs, ensuring clarity in their qualifications. Misrepresentations in submissions may lead to disqualification or legal ramifications. Overall, the guidance aims to streamline compliance with federal regulations while ensuring that U.S. citizens are prioritized in federal contracting opportunities.
    The document presents guidelines for submitting qualifications under Section 402 of the Omnibus Diplomatic Security and Antiterrorism Act of 1986 (Public Law 99-399). It requires U.S. entities seeking contracts to complete certain certifications showcasing their eligibility as "United States persons" or "qualified United States joint venture persons." The qualifications involve confirming incorporation or legal organization under U.S. law, demonstrating a principal place of business in the U.S., having been in operation for over five years, and evidencing experience with similar projects. Additionally, it mandates employing a significant percentage of U.S. citizens in management and supervisory roles. Submission includes documentation in designated tabs and must be signed to affirm accuracy and awareness of penalties for misrepresentation. The primary purpose is to ensure that only compliant U.S. entities participate in federal contracting opportunities, reinforcing security and operational accountability. Overall, the document encapsulates the legal framework for eligibility and compliance in government RFPs.
    The document serves as a guide for qualifying bidders under the Omnibus Diplomatic Security and Antiterrorism Act of 1986 (Public Law 99-399) for fiscal year 2025. It outlines the certifications that each offeror must complete to demonstrate eligibility, including stipulations regarding incorporation, principal place of business, operational history, and employment practices. Offerors must submit a completed Statement of Qualifications, marking relevant tabs for documentation regarding their organization, operations, and experience. Key requirements involve proving U.S. citizenship for employees, ensuring at least 65% of supervisory positions are filled by U.S. citizens, and providing specific project details that showcase experience in similar administrative, technical, or construction services. The document emphasizes that organizations must independently qualify without relying on related entities unless structured as a formal joint venture, which must also meet specific asset ownership criteria. Furthermore, potential misrepresentations can lead to disqualification or legal penalties. Thus, the submission process is not only rigorous in verifying qualifications but also emphasizes compliance with federal regulations to ensure that contracts are awarded to qualified U.S. persons or joint ventures. Overall, this guide aims to streamline the qualification process for potential construction contractors focused on fulfilling federal government projects.
    The document is a response to questions regarding the RFP for the Worldwide Design and Construction Indefinite Delivery Indefinite Quantity (IDIQ) Contracts. It addresses concerns raised by potential contractors, particularly small businesses, about the $8 million project requirement, which some argue limits their participation. The responses affirm that this threshold remains unchanged and is reflective of the government's needs for contractors capable of handling larger projects. Clarifications regarding facility clearance requirements, past performance criteria, and submission guidelines are provided. Notably, the document outlines that both prime contractors and joint ventures must have an active SAM.gov registration, and past project experience from affiliated companies is not recognized unless structured formally as a JV. The government emphasizes a commitment to fostering competition while adhering to established requirements and criteria for submissions. These measures aim to ensure that capable businesses can participate effectively in federal contracting opportunities. Overall, the RFP aims to streamline the process while maintaining compliance with federal contracting regulations and goals for broader participation.
    The U.S. Department of State (DOS) is issuing a Request for Proposal (RFP) for Worldwide Design-Build and Construction Services under the solicitation number 19AQMM25R0207, aimed at selecting qualified small businesses. This program seeks to award up to 35 Indefinite Delivery Indefinite Quantity (IDIQ) contracts, with specific set-asides for various socioeconomic categories including 8(a), HubZone, Service-Disabled Veteran-Owned, Woman-Owned, and Small Businesses. The first phase of the solicitation requires submissions that confirm eligibility based on minimum mandatory requirements (MMRs), including compliance with the Omnibus Diplomatic Security and Antiterrorism Act and possessing necessary security clearances. The project involves design services such as architectural and engineering needs, along with construction management for facilities renovation and new builds worldwide. Interested offerors must submit proposals electronically by the deadline of August 1, 2025, and their submissions must adhere strictly to the outlined instructions. The process establishes a competitive environment to hire skilled contractors to ensure high-quality construction services, emphasizing the importance of security clearances and compliance for participation. This solicitation reflects the federal government’s commitment to enhancing capabilities through small business partnerships as part of broader procurement strategies.
    The U.S. Department of State (DOS) is soliciting proposals under the solicitation number 19AQMM25R0207 for Worldwide Design/Build and Construction Services via Indefinite Delivery/Indefinite Quantity (IDIQ) contracts. The solicitation is divided into two phases: Phase I focuses on determining the eligibility of offerors based on minimum mandatory requirements (MMRs), while Phase II will request technical and pricing proposals from those deemed eligible. The DOS aims to award up to seven contracts, targeting design-build and construction projects exceeding $25 million. Key requirements for Phase I include a Statement of Qualifications demonstrating that the offeror is a U.S. Person, has relevant construction experience, and can meet security clearance requirements. Offerors must be registered in SAM.gov and hold a valid facility security clearance to participate. The contract period encompasses a one-year base period plus nine one-year options, with a minimum guarantee of $40,000 and a maximum ceiling of $800 million per IDIQ contract. Submissions must be received electronically by August 1, 2025, with specific guidelines for proposal submission outlined to ensure compliance with the DOS standards.
    The U.S. Department of State (DOS) is soliciting proposals for Worldwide Design-Build and Construction Services as part of the 19AQMM25R0207 project. This initiative is aimed at selecting small businesses categorized under various socioeconomic groups (8(a), HubZone, Service-Disabled Veteran Owned, Woman-Owned, and general Small Businesses) for Indefinite Delivery/Indefinite Quantity contracts. DOS plans to award up to 35 contracts for design and construction projects across its global facilities, focusing on high-quality outputs in line with the Omnibus Diplomatic Security and Antiterrorism Act. The solicitation consists of two phases: Phase I evaluates eligibility based on minimum mandatory requirements (MMRs), and Phase II involves the submission of technical and price proposals from those deemed eligible. Key MMRs include compliance with the Omnibus Act, possession of a security clearance, and active registration in SAM.gov. The projected contract values range from a guaranteed minimum of $40,000 to a maximum of $800 million per IDIQ contract, with a performance period of one year plus up to nine additional years. Proposals should be submitted electronically by August 1, 2025, with strict adherence to specified formats and communication procedures. This project underscores the government's commitment to enhancing global facilities aligned with diplomatic security needs.
    The U.S. Department of State (DOS) is soliciting proposals for Worldwide Design-Build (D/B) and construction services under the contract 19AQMM25R0207. This full and open competition aims to select firms to provide high-quality facilities worldwide, managed through Indefinite Delivery/Indefinite Quantity (IDIQ) contracts. Seven contracts are anticipated, competing for projects over $25 million. The process involves two phases: Phase I requires submission of Minimum Mandatory Requirements (MMRs) to determine eligibility, while Phase II will seek technical and pricing proposals from eligible firms. Major proposals must show past performance on similar projects valued at $50 million and require security clearances. The contract's scope includes design and construction services for renovations, new construction, and various engineering disciplines, demanding compliance with specific software used for electronic information transmission. Contractors must maintain active registrations on SAM.gov and submit proposals electronically by August 1, 2025. The document emphasizes the importance of U.S. ownership for contractor eligibility and outlines strict security clearance requirements. It further details on/off-ramp procedures for contractor participation. The process reflects the DOS’s strategic approach to enhance construction capability while ensuring compliance with national security standards.
    The U.S. Department of State (DOS) is preparing to issue a Pre-Solicitation Notice for Worldwide Design-Build and Construction Services, with a focus on securing Indefinite Delivery/Indefinite Quantity (IDIQ) contracts for various DOS facilities globally. The effort aims to enhance quality facilities through full and open competition, governed by the Omnibus Diplomatic Security and Antiterrorism Act. The procurement process will unfold in two phases: Phase I involves determining eligibility through Minimum Mandatory Requirements (MMRs), while Phase II consists of soliciting technical and price proposals from eligible offerors. The DOS intends to award up to 42 contracts, with a mix of small business and full and open categories. Notably, there will be socioeconomic set asides for specific small business categories. Offerors must meet stringent security clearance requirements, and foreign firms are ineligible. The solicitation is expected to be publicly announced on SAM.gov around June 17, 2025. This competitive initiative aims to engage top constructors to meet U.S. diplomatic needs worldwide while ensuring adherence to security and operational standards.
    The U.S. Department of State (DOS) is seeking proposals for Worldwide Design-Build and Construction Services through an Indefinite Delivery/Indefinite Quantity (IDIQ) contract, focusing on high-quality facilities development globally. The RFP is categorized as a Small Business Set Aside, aiming to award up to 35 contracts across various socioeconomic categories, including 8(a), HubZone, Service-Disabled Veteran-Owned, Woman-Owned, and Small Businesses. Offerors are required to meet Minimum Mandatory Requirements (MMRs) to participate, including possessing a Defense Counterintelligence and Security Agency (DCSA) Secret facility clearance and maintaining an active SAM.gov registration. The contract value ranges from a minimum of $40,000 to a maximum of $800 million over a base year and nine optional years. The proposal process consists of two phases: Phase I, focusing on eligibility determination based on MMRs, and Phase II, where eligible offerors submit detailed technical and pricing proposals. The project intends to deliver comprehensive design and construction services, including but not limited to engineering, security design, and quality control, with all proposals due by July 17, 2025. This solicitation underlines the DOS's commitment to leveraging small businesses in government contracting while ensuring security and compliance standards are upheld.
    The U.S. Department of State (DOS) is issuing a request for proposals (RFP) for Worldwide Design-Build (D/B) and Construction Services under the 2025 Indefinite Delivery/Indefinite Quantity (IDIQ) Contracts. This full and open competition invites top constructors to deliver high-quality facilities at DOS posts worldwide. The acquisition process consists of two phases: Phase I requires submissions that meet Minimum Mandatory Requirements (MMRs) for eligibility, while Phase II invites eligible candidates to submit technical and price proposals. The project seeks to award up to seven contracts focused on renovation and new construction, with all task orders valued above $25 million competed under these IDIQs. Offerors must be U.S. entities, possess security clearances, and be registered on SAM.gov. The IDIQ contracts entail significant scope for architectural design, site work, and construction management. Phase I proposals must include qualifications per the Omnibus Diplomatic Security Act, addressing prior project experience, and ensure compliance with security clearance protocols. The solicitation must be submitted electronically by July 17, 2025. This initiative emphasizes the DOS's commitment to maintaining secure, functional, and well-designed diplomatic facilities worldwide while adhering to federal procurement standards.
    The Worldwide D/B and Construction IDIQ RFP 19AQMM25R0207 addresses various questions from potential offerors regarding eligibility, project requirements, and submission criteria for a federal construction contract. The primary focus is the $8 million minimum project value required to demonstrate past performance, which has raised concerns among small businesses about accessibility and competition. While some respondents request lowering this threshold to accommodate smaller firms, the government maintains the requirement, citing it reflects the capacity needed for larger projects awarded under the Small Business Set Aside program. The document outlines specifics regarding facility clearance requirements, past performance documentation, and application processes for different socioeconomic categories. It clarifies that only the prime contractor and formal joint ventures are eligible to use specific past performance examples, and subcontractor experiences do not count in the evaluation process. The IDIQ contract solicited is designed to enhance competition and ensure capable firms can meet expected demands and performance thresholds. The government aims to uphold standards while fostering a diverse range of bidding entities. Key submission deadlines and electronic submission processes are stipulated, along with instructions for presenting qualifications and necessary certifications for eligibility under the Omnibus Act.
    The Worldwide D/B and Construction IDIQ RFP (19AQMM25R0207) outlines key requirements and eligibility criteria for federal contracting. A primary concern raised relates to the $8 million minimum project size, which barriers small businesses from full participation. While the requirement remains unchanged, the intent is to ensure all awardees can manage projects up to $25 million as part of a Small Business Set-Aside. Facilities must comply with security clearances, with various inquiries about using subcontractor past performances for eligibility addressed—mainly that experience must derive from the prime contractor or a designated Joint Venture (JV). The document stipulates that proposals can be submitted in multiple socioeconomic categories, provided they align with SAM.gov registration requirements. Additionally, it highlights the importance of demonstrating relevant project experience and clarifies misconceptions regarding acceptable past performance metrics and project thresholds. The solicitation structure separates Phase I qualifications from Phase II technical proposals, ensuring compliance across both phases. Critical responses clarify that the Department of State will not lower project thresholds despite requests, as maintaining integrity in federal contracting standards and fostering competition is paramount.
    The document addresses inquiries and responses related to the Worldwide Design/Build and Construction Indefinite Delivery/Indefinite Quantity (IDIQ) solicitation 19AQMM25R0207. It emphasizes the challenge small businesses face due to the $8 million minimum project value requirement, which may hinder their participation and encourage reliance on joint ventures with larger firms. Requests have been made to lower this threshold to promote inclusivity in federal contracting. The document clarifies that the project value remains unchanged and reiterates eligibility requirements for both Prime and subcontractors, including security clearance specifications. It distinguishes between Phase I and Phase II submission requirements, addressing concerns regarding past performance criteria and utilization of subcontractor experience. It details the proposal submission process, security regulations, and the evaluation metrics for contractor capabilities. Overall, the file highlights the complexities and requirements of the IDIQ solicitation while aiming to maintain a competitive and fair environment for a diverse range of contractors, especially small businesses, within the federal procurement process.
    Similar Opportunities
    Limited Sources Justification (LSJ) for IDIQ non-personnel support services
    Buyer not available
    The Department of State is seeking to post a Limited Sources Justification (LSJ) for an Indefinite Delivery Indefinite Quantity (IDIQ) contract focused on non-personnel support services. This procurement aims to comply with FAR 8.405-6(a)(2)(i)(B), which outlines the justification process for limited sources. The services are critical for management support in contract, procurement, and acquisition areas, ensuring efficient operations within the department. Interested parties can reach out to Wade Ward at WardBW@state.gov or call 202-374-4491 for further information regarding this opportunity.
    DESIGN BUILD CONSTRUCTION SERVICES FOR PRE-FABRICATED CONTAINERS AT GUAYAQUIL PORT, ECUADOR
    Buyer not available
    The Department of State is seeking qualified contractors to provide Design Build Construction Services for the installation of pre-fabricated containers at Guayaquil Port, Ecuador. The project entails comprehensive design, construction, and supervision of high-cube containers that will serve as a kitchen, dining area, dormitories for 12 individuals, an administration office, and storage, along with the integration of utilities and installation of various systems such as air conditioning, communication, CCTV, and fire protection. This Firm Fixed-Price Construction Type Contract is estimated to be valued between $250,000 and $500,000, with interested companies required to express their interest by December 2, 2025, via email to Sarah Pfannkuche at PfannkucheS@state.gov, ensuring they meet specific qualifications including Ecuadorian construction licenses and SAM registration prior to contract award.
    Regional Switchboard Services for U.S. Diplomatic Posts in Europe
    Buyer not available
    The U.S. Department of State's Regional Procurement Support Office (RPSO) in Frankfurt is seeking proposals for Regional Switchboard Services to support U.S. diplomatic posts across Europe. The procurement aims to award up to two firm-fixed-price, indefinite-delivery/indefinite-quantity (IDIQ) contracts, which will provide essential call handling services, including 24/7 support in English and local languages, emergency escalation, and reporting. This service is crucial for ensuring effective communication and support for U.S. citizens and government officials in various European locations. Interested contractors must submit their proposals, including separate Price and Technical Volumes, by 15:00 CET on January 9, 2026, with questions due by December 12, 2025. For further inquiries, contact Patticha Gruenbeck at GruenbeckP@state.gov.
    FY26 Design Build / Design Bid Build General Construction East Multiple Award Task Order Contract (MATOC)
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers Charleston District, is seeking qualified small businesses for a Design Build/Design Bid Build General Construction Multiple Award Task Order Contract (MATOC). This procurement aims to establish a 100% Small Business Set-Aside Indefinite Delivery, Indefinite Quantity (IDIQ) contract with a total capacity of $350 million, intended for various construction projects within the Charleston District. The contract will encompass a three-year base ordering period with an option for an additional two years, allowing for task orders ranging from the simplified acquisition threshold up to $25 million. Proposals must be submitted electronically via the Procurement Integrated Enterprise Environment (PIEE) Solicitation Module by December 9, 2025, and interested parties can reach out to Michael Stiltner at michael.s.stiltner@usace.army.mil or by phone at 843-329-8045 for further information.
    USCG REGIONAL MULTIPLE AWARD CONSTRUCTION CONTRACT (RMACC III)
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard (USCG), is seeking proposals for the Regional Multiple Award Construction Contracts (RMACC III), which will establish up to ten Indefinite Delivery Indefinite Quantity (IDIQ) contracts for construction services across various regions in the United States. The contracts aim to fulfill a wide range of construction, maintenance, and repair needs for DHS facilities, with task order limits generally ranging from $2,000 to $20 million, and an anticipated aggregate capacity of $4 billion. These contracts will be set aside for specific small business socioeconomic programs, and the scope of work includes general construction, marine construction, demolition, and historical restoration, utilizing both Design-Build and Design/Bid/Build methods. Interested contractors must submit their proposals by the revised deadlines, which vary by region, with some due dates extending into early 2026. For further inquiries, potential offerors can contact Cheryl Berry at Cheryl.A.Berry@uscg.mil or John Wright at john.wright@uscg.mil.
    SOF Global Services Delivery Request for Proposal (DRAFT)
    Buyer not available
    The U.S. Department of Defense, through the U.S. Special Operations Command (USSOCOM), is seeking proposals for the Special Operations Forces Global Services Delivery (SOFGSD) contract, which is a Total Small Business Set-Aside opportunity. This procurement aims to secure administrative management and general management consulting services to support USSOCOM's global missions and enterprise needs, with a focus on providing subject matter expertise and knowledge-based services. The contract will be awarded as multiple Indefinite Delivery Indefinite Quantity (IDIQ) contracts, with a requirement for offerors to possess a Top Secret Facility Clearance and to meet specific cybersecurity standards as outlined in the recent DFARS rule. Interested parties should direct inquiries to the primary contact, Sherri Ashby, at sherri.ashby@socom.mil, and note that the final Request for Proposal (RFP) is anticipated to be released in Q2 FY26, following additional drafts and industry engagement sessions.
    Department of State (DOS) Notice of Rescinding Stop Work Orders
    Buyer not available
    The Department of State (DOS) has issued a Special Notice regarding the rescinding of Stop Work Orders, indicating a shift in the status of certain contracts or projects under its purview. This notice is significant as it may impact ongoing operations and contractual obligations within the Department, particularly in Washington, D.C. The rescinding of these orders typically allows for the resumption of work on previously halted projects, which are crucial for the effective functioning of the Department's initiatives. For further details or inquiries, interested parties may need to monitor updates from the DOS or contact the appropriate representatives within the department.
    Design-Build Fit-Out of USA Pavilion at Expo 2027 Belgrade, Serbia - Request for Information/Market Research
    Buyer not available
    The Department of State is seeking a qualified Design-Build partner for the USA Pavilion at Expo 2027 in Belgrade, Serbia, through a Request for Information (RFI) aimed at market research. The project involves the full design, construction, exhibit installation, and decommissioning of the pavilion, which is expected to represent American life in a nonpolitical and immersive manner, aligning with the Expo theme "Play for Humanity – Sport and Music for All." This opportunity is significant as it promotes U.S. foreign policy and commercial interests while providing a platform for creativity and engagement at a global event. Interested firms, particularly small businesses, should note that the project is valued between $4 million and $6 million, with submissions due by December 22, 2025. For further inquiries, contact Jennifer Leung at LeungJB@state.gov.
    PRESOLICITATION NOTICE FOR INDEFINITE DELIVERY, INDEFINITE QUANTITY, MULTIPLE AWARD TASK ORDER CONTRACT FOR VARIOUS SMALL CONSTRUCTION PROJECTS IN ILLINOIS AND INDIANA
    Buyer not available
    Presolicitation Notice for Indefinite Delivery, Indefinite Quantity, Multiple Award Task Order Contract for Various Small Construction Projects in Illinois and Indiana The Department of Defense, specifically the Department of the Army, through the Chicago District of the U.S. Army Corps of Engineers, is planning to procure an Indefinite Delivery Indefinite Quantity Contract for Various Small Construction Projects in Illinois and Indiana. This contract will include one ordering period lasting two years, with a maximum aggregate value of $25,000,000.00. The construction projects will involve various elements such as potable water supply and storage, stormwater detention, treatment and distribution systems, sanitary, storm, and water pipeline installation and lining, drainage structures, pump and lift stations, wastewater treatment and water treatment system upgrades, supervisory control and data acquisition (SCADA), and site restoration including pavements, curb and gutter, sidewalks, seeding, and sodding. The work will be issued through negotiated firm-fixed price task orders, and the contractor will be responsible for providing all supervision, labor, supplies, and materials necessary for the completion of the tasks. The contract(s) will be awarded to small business concerns that submit proposals conforming to the solicitation and are within a technical/price competitive range. The evaluation factors include Technical Approach, Past Performance, and Price. Interested offerors must register with the System for Award Management (SAM) and the DoD Procurement Integrated Enterprise Environment (PIEE) to access the solicitation and submit proposals. The solicitation documents will be available in the fourth quarter of fiscal year 2024. To be eligible for award, the offeror must be registered in the System for Award Management (SAM). The Point of Contact for this acquisition is Ericka Hillard at (312) 846-5378 or ericka.d.hillard@usace.army.mil. The contracting office for this procurement is the USACE Chicago District, located at 231 SOUTH LaSALLE STREET, SUITE 1500, Chicago, IL 60604. The solicitation number to be referenced in all correspondence is W912P624R0010.
    International Legal Support Services (ILSS) IDIQ Suite
    Buyer not available
    The United States International Development Finance Corporation (DFC) is seeking proposals for the International Legal Support Services (ILSS) through a multiple-award Indefinite Delivery, Indefinite Quantity (IDIQ) suite of contracts. The procurement aims to provide non-personal legal support services across four categories: Finance, Investment Funds, Direct Equity, and Political Risk Insurance, which will assist the DFC's Office of General Counsel and other U.S. Government entities. This initiative is crucial for ensuring legal compliance and support in international transactions, with a total ceiling amount of $200,000,000 over a five-year period. Interested contractors must demonstrate capability in at least one service category and are encouraged to contact Remi Eggers at remi.eggers@dfc.gov or Melissa Hergenrader at melissa.hergenrader@dfc.gov for further details regarding the solicitation process and requirements.