Global Advisory Request for Proposals (RFP)
ID: 19AQMM25R0019Type: Solicitation
Overview

Buyer

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

NAICS

Administrative Management and General Management Consulting Services (541611)

PSC

SUPPORT- MANAGEMENT: OTHER (R799)

Set Aside

Partial Small Business Set-Aside (FAR 19.5) (SBP)
Timeline
    Description

    The U.S. Department of State is soliciting proposals for the Global Advisory Request for Proposals (RFP) under Solicitation Number 19AQMM25R0019, aimed at providing advisory and technical support services globally to enhance U.S. foreign policy goals. The procurement seeks contractors to deliver services primarily outside the continental U.S., focusing on defense and stability initiatives, with a minimum contract quantity of $15,000 and a maximum cap of $250 million. This opportunity is significant for contractors specializing in administrative management and general management consulting services, particularly those that are small businesses, as it includes a partial small business set-aside. Interested parties can reach out to Taynelle McCloud at mccloudtl@state.gov or Todd McNelly at mcnellyrt@state.gov for further inquiries, with proposals due as specified in the RFP documentation.

    Point(s) of Contact
    Taynelle McCloud
    mccloudtl@state.gov
    Files
    Title
    Posted
    The document outlines Solicitation Number 19AQMM25R0019, issued by the U.S. Department of State, for a multiple-award Indefinite-Delivery/Indefinite-Quantity (IDIQ) contract titled "Global Advisory." This contract aims to provide advisory and technical support services globally, primarily focused on enhancing U.S. foreign policy goals through various defense and stability initiatives. It emphasizes the requirement for contractors to offer services outside the continental U.S. and includes provisions for veterans and women-owned small businesses. Key points include a minimum contract quantity of $15,000 and a maximum cap of $250 million, with an emphasis on performance standards and non-personal service provisions. The document elaborates on pricing types, allowable costs, and necessary insurance, including Defense Base Act (DBA) insurance for overseas employees. It details specific labor categories, payment structures, travel provisions, and compliance with various federal regulations. The main purpose of this RFP is to streamline the procurement process for these services while ensuring adherence to competitive contracting practices and regulations, thereby increasing operational efficiency within the Department of State.
    The document outlines labor category descriptions for a government contract related to international advisory services, detailing required qualifications and experience for various positions. Key roles include Program Manager, Senior Advisors (both Executive and Organizational Level), Legal Advisors, Cybersecurity Advisors (across multiple levels), Technical Advisors, Facilitation Specialists, and Site Coordinators. Each position specifies the minimum years of relevant experience and educational requirements, such as a Bachelor’s or Master’s degree, as well as military or federal government rank equivalencies. Additional qualifications may include foreign language proficiency and experience in overseas contexts. The document serves to standardize competencies for respondents to Requests for Proposals (RFPs) or grants by stipulating essential qualifications for effective performance in advisory capacities within host nation, regional, or international organizations. This standardization aims to enhance operational capacity and ensure self-sufficiency in executive decision-making by the intended beneficiaries of the advisory support.
    The document outlines a Sample Task Order Request for Proposal (RFP) issued by the U.S. Department of State, specifically under the Bureau of African Affairs and Bureau of Political-Military Affairs. The purpose of the task order is to solicit professional advisory services in logistics and cybersecurity for the coastal Horn of Africa and Balkans regions, aimed at enhancing these nations' national security strategies. The scope includes developing capability assessments and work plans, advising on logistics and cybersecurity, and establishing best practices to improve operational readiness. Key personnel required include a Senior Logistics Advisor and a Cybersecurity Advisor, both requiring significant work experience and relevant qualifications. Each advisor's tasks include direct support in their respective fields, regular reporting, and collaboration with host nations and other stakeholders. The document emphasizes the government’s non-personal services approach, meaning contractors will operate independently without government supervision. It outlines deliverables, performance periods, and management expectations, clearly showcasing the U.S. commitment to international security cooperation through partnerships with foreign governments.
    The document outlines proposed indirect cost rates and associated pricing tables for federal government contracts, specifically focusing on provisional billing rates, ceiling rates, and not-to-exceed profit percentages. It details indirect cost allocations based on fringe benefits expressed as a percentage of total labor dollars across various fiscal years, ranging from 2025 to 2031. Additionally, it provides a breakdown of labor categories, equipment costs, and estimates for labor hours and fees across multiple ordering periods. The purpose of this file is to present comprehensive pricing proposals in response to government RFPs, complying with federal guidelines for indirect costs and pricing structures. This approach ensures transparency and allows government agencies to evaluate funding requests based on outlined rates and estimated project needs, facilitating informed decisions regarding grant allocations and contract awards.
    The document serves as a Q&A Tracking Sheet for contractors participating in federal and state RFP processes. It provides structured instructions for submitting questions or comments regarding RFP sections and relevant attachments. Each submission requires identifying details such as the contractor's name, the competition pool, the applicable RFP section, and the specific page and paragraph numbers. The format emphasizes clarity and sequential numbering for responses, ensuring that all contractor inquiries are addressed systematically and made available for all stakeholders. Drop-down menus guide users in categorizing their questions, aligning them with specific RFP sections like Labor Categories, Equipment Specifications, and Pricing Tables. The sheet aims to enhance communication between the government and contractors by ensuring a transparent and organized method for addressing queries. The collaborative nature of this document highlights its role in facilitating a fair bidding process, particularly for entities identifying as small businesses, including WOSB and SDVOSB. Overall, the Q&A Tracking Sheet is essential for maintaining orderly dialogue and clarifying expectations within government contracting opportunities.
    The document outlines a proposal format for a candidate applying as a Program Manager for the Global Advisory Program in response to a federal RFP. It specifies requirements for summarizing the candidate’s education and experience, with a focus on qualifications needed for effective project management. Key qualifications include at least three years of managing contracts with substantial ceiling values, leadership experience in foreign assistance programs, strong analytical and problem-solving skills, adherence to quality standards, and proficiency in Microsoft Office. The proposal mandates a chronological work history detailing each position, linking responsibilities and achievements to specific qualifications, and emphasizing the candidate's availability for immediate deployment upon award. A commitment statement confirms the candidate's agreement to serve in the designated role. Overall, the document serves as a template for demonstrating a candidate's suitability for managing high-value government contracts within the context of federal grant applications and RFPs.
    The document outlines equipment specifications required for a government procurement initiative, focusing on safety and operational readiness for personnel engaged in potential field operations. Key specifications include the need for NIJ Level III-A body armor and helmets, accompanied by documentation from an accredited US testing authority. Additional requests encompass advanced satellite phones designed for rugged conditions, a variety of computing technologies (laptops, monitors, printers), and a comprehensive first aid kit. Furthermore, a vehicle specification requires a diesel engine pickup truck equipped for off-road use, featuring essential safety gear and recovery tools. The emphasis on durable, military-grade equipment and stringent certification highlights the project's intention to ensure the safety and efficiency of personnel in challenging environments. This procurement process is part of the federal government's commitment to equipping its workforce with reliable and robust resources for operational effectiveness.
    The document outlines the Contract Line Item Number (CLIN) structure related to contracting and acquisitions for a government advisory program. It categorizes various advisor roles, including Program Managers, Senior Advisors, Legal Advisors, and Cybersecurity Advisors, specifying both Continental United States (CONUS) and Outside Continental United States (OCONUS) needs, differing by workweek length (5-day and 6-day). Each position has a dedicated line item reference in Attachment J-1 for clarity. Additionally, the document includes a procurement section that lists essential equipment needed for the program, such as ballistic armor, satellite phones, and various computing devices, all referenced in Attachment J-3. This structured approach is aligned with federal and state/local request for proposals (RFPs), emphasizing the necessity of thorough personnel and equipment specifications to meet operational demands. Ultimately, the file serves as a critical resource in supporting the application and execution of government contracts.
    The document is a DD Form 254 issued by the Department of Defense, specifying security classification requirements for a contract (19AQMM-25-R-0019) related to professional services at Department of State locations. The primary purpose is to outline the security clearance and safeguarding measures for classified information involved in the contract. It specifies that contractor personnel must have appropriate security clearances (TOP SECRET or SECRET) and undergo various security checks, especially for positions in high-risk HUMINT threat posts. The document details additional security requirements, such as compliance with the National Industrial Security Program Operating Manual (NISPOM), the necessity of a Moderate Risk Public Trust (MRPT) determination for certain roles, and specific protocols for personnel deployments exceeding 60 days. Furthermore, it emphasizes the importance of safeguarding classified information and maintaining adherence to security regulations while performing the contract. These clarifications are vital for protecting sensitive data and ensuring contractors are adequately vetted before interacting with classified materials or locations.
    This document outlines procurement restrictions under the Foreign Assistance Act (FAA) of 1961, particularly for funds like the Peacekeeping Operations (PKO) account. It discusses two main restrictions: the U.S.-manufactured motor vehicle procurement restriction and a general procurement restriction for all items. Vehicle purchases must be from U.S. manufacturers unless a waiver is granted by the Secretary of State under specific circumstances, such as interoperability issues or urgent timing needs. General procurement mandates that items be sourced only from the U.S., recipient countries, or non-advanced developing countries unless those items are unavailable in sufficient quality or quantity, or if a waiver is justified. Offerors seeking waivers need to complete specified templates and provide detailed justification regarding compliance, including cost comparisons. The document emphasizes the separation of these guidelines from the Buy American Act and outlines stringent documentation requirements to ensure compliance with these procurement standards. Such restrictions are crucial for maintaining the integrity of U.S. foreign assistance efforts and ensuring that procurement meets specified national interests.
    The "Past Performance Questionnaire" (PPQ) is a critical document utilized by the U.S. State Department to gauge contractor performance in response to RFPs. Section J - Attachment 9 establishes clear instructions for contractors and customers regarding the completion and submission of the PPQ. Contractors must fill out sections detailing their profile, contract information, and performance ratings, whereas customers are tasked with reviewing and finalizing the document. The document outlines performance evaluation criteria using adjectival ratings—Outstanding (O), Good (G), Acceptable (A), Marginal (M), and Unacceptable (U)—to assess the contractor’s capability in areas such as providing advisory services, managing projects of substantial value, and adhering to quality standards. The questionnaire seeks customers’ perspectives on aspects like scope relevance, complexity of work performed, and subcontracting of small businesses. Furthermore, a closing section asks for customer feedback on future engagements with the contractor. This structured assessment process ensures effective evaluation of contractors' past performances, guiding future decisions in federal procurement.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Global Advisory (Update)
    Buyer not available
    The Department of State is seeking qualified contractors for the Global Advisory services through a forthcoming Request for Proposal (RFP). This initiative aims to provide international advisory services, particularly focusing on enhancing peace and security in sub-Saharan Africa and improving partner nation security sector governance, with a performance period expected to last five years. The contract will be structured as a multiple-award Indefinite Delivery, Indefinite Quantity (IDIQ) contract, with a maximum of six awards across small business and full and open competition tracks. Interested parties should monitor SAM.gov for updates, as the RFP is tentatively scheduled for release in Q1 of FY25, and can reach out to primary contacts Taynelle McCloud at mccloudtl@state.gov or Todd McNelly at mcnellyrt@state.gov for further inquiries.
    Worldwide Envelope, Roofing, and Waterproofing A&E IDIQ
    Buyer not available
    The U.S. Department of State is seeking proposals for the Worldwide Envelope, Roofing, and Waterproofing Architect-Engineer (A&E) Indefinite Delivery Indefinite Quantity (IDIQ) contract. This procurement aims to secure professional architectural and engineering services for the Roof & Façade Management Program, which includes assessing, designing, and inspecting roofing and waterproofing needs at various Foreign Service Posts globally. The selected contractors will be responsible for delivering high-quality services that comply with U.S. and local codes, ensuring the safety and operational efficiency of U.S. diplomatic facilities abroad. Interested parties should contact Ryan C. Edwards at Edwardsrc@state.gov for further details, with the contract valued at a minimum of $10,000 and a maximum of $4 million over five years.
    ENGINEERING AND SUPPORT SERVICES
    Buyer not available
    The Department of State is seeking information regarding engineering and support services for the Bureau of Diplomatic Security, specifically within the Countermeasures Directorate. The primary objective is to establish an Indefinite Delivery, Indefinite Quantity (IDIQ) contract that encompasses services such as armored vehicle performance testing, ballistic protection research, anti-ram system design, and blast mitigation. This initiative is crucial for enhancing physical security measures for U.S. diplomatic missions worldwide. Interested vendors must submit a detailed Capabilities Statement by February 24, 2025, adhering to specific submission guidelines, and can contact Richard Crum at crumrb@state.gov or Wanda I. Cruz at cruzwi@state.gov for further information.
    Department of State Global TMC Services- Request for Information- ETSNext capable GSA Multiple Award Schedule (MAS) Travel Agent Services
    Buyer not available
    The Department of State is seeking information from qualified Travel Management Companies (TMCs) to provide Global TMC Services under the ETSNext capable GSA Multiple Award Schedule (MAS) for Travel Agent Services. The procurement aims to gather comprehensive data on TMC capabilities, including fare savings, reporting tools, and operational requirements such as 24/7 service and payment processing, to enhance travel management for federal, state, and local agencies. This initiative is crucial for ensuring efficient and effective travel operations within government entities, particularly in light of the complexities involved in managing international travel. Interested parties should direct inquiries to Travis Keon at KeonTC@state.gov or JoAnn B. Carroll at CarrollJB@state.gov for further details.
    Solicitation Number 19NL80-25-Q-0001 Landscaping and Gardening Services
    Buyer not available
    The U.S. Department of State, through the U.S. Embassy in The Hague, is soliciting proposals for Landscaping and Gardening Services under Solicitation Number 19NL80-25-Q-0001. The contract encompasses maintenance for the U.S. Embassy, the Consulate in Amsterdam, and five government residences, with a contract duration of one base year and four one-year options starting in February 2025. This opportunity is crucial for maintaining the aesthetic and functional quality of government properties overseas, ensuring compliance with local laws and environmental standards. Interested contractors must submit electronic proposals, including price quotes and insurance documentation, by March 25, 2025, and are encouraged to attend a pre-quotation conference on March 7, 2025. For further inquiries, contact Jonathan P. Wedd at WeddJP@state.gov or Geoffrey Osei-Bonsu at TheHagueContracts@state.gov.
    Proposed Establishment of a Federally Funded Research and Development Center-Second Notice
    Buyer not available
    The U.S. Department of State intends to establish a Federally Funded Research and Development Center (FFRDC), seeking public input on the proposed initiative. FFRDC will focus on three key areas: Diplomatic Innovation and Modernization, Global CyberTech Solutions, and Global Operations and Acquisitions. It aims to strengthen global engagement through R&D, IT advancements, and collaborative acquisition methodologies. The SBA also seeks disaster assistance loans for Minnesota storm and flood victims, while the STB approves GLTRR's track acquisition in Chicago. The RFP for the FFRDC is expected in late 2024, with public comments due by August 15th.
    Diplomatic Mail Handling Services
    Buyer not available
    The U.S. Department of State, through the U.S. Embassy in Guatemala City, is soliciting bids for Diplomatic Mail Handling Services under Request for Quotation number 19GT5025Q0012. The contractor will be responsible for customs clearance, handling, and transportation of diplomatic mail, ensuring secure transport of both DPO and unclassified diplomatic pouches, while confirming daily with airlines regarding incoming military mail. This service is crucial for maintaining efficient and secure diplomatic operations abroad. Interested companies must submit their bids by March 10, 2025, including completed forms such as SF-18, a detailed Statement of Work, pricing, and proof of registration in the System for Award Management (SAM). For further inquiries, contact Beau Garrett at guatemalabids@state.gov or Karen Ruiz de Galindo at RuizKH@state.gov.
    19TC1025Q0003 Diplomatic Post Office (DPO) Services
    Buyer not available
    The U.S. Department of State is soliciting proposals for Diplomatic Post Office (DPO) Services at the U.S. Embassy in Abu Dhabi, UAE, under RFQ number 19TC1025Q0003. The procurement involves managing the handling and processing of DPO mail bags, including logistics for approximately 6,000 incoming and 400 outgoing bags annually, with a contract structure of one base year and three optional one-year extensions. This service is crucial for ensuring efficient communication and logistics for U.S. diplomatic missions abroad. Interested vendors must submit their quotations by March 20, 2025, and are encouraged to attend a pre-quotation conference on March 4, 2025, with registration due by February 27, 2025. For further inquiries, vendors can contact Kadlec Shelly at kadlecsr@state.gov or Islam Mokbel at mokbelia@state.gov.
    Global Hardware
    Buyer not available
    The U.S. Department of State is seeking industry input through a Request for Information (RFI) for high availability server and storage hardware solutions intended for global deployment across various sites. The procurement aims to assess the market capabilities of proven commercial off-the-shelf (COTS) hardware that complies with federal security standards and cryptographic module certifications, ensuring the solutions can support rapid deployment and long-term operational needs. This initiative is critical for enhancing the Department's technological infrastructure and ensuring robust cybersecurity measures are in place. Vendors are encouraged to submit their responses by March 5, 2025, to Andrew Rothstein at RothsteinAT@state.gov, as the information gathered will inform future acquisition strategies without obligating the government to procure any goods or services.
    19AQMM25R0064 Panama Solicitation (Overseas Guard Services)
    Buyer not available
    The Department of State is soliciting proposals for overseas guard services under Solicitation Number 19AQMM25R0064 for the U.S. Mission in Panama City, Panama. Interested bidders must demonstrate their qualifications and indicate their interest as either a prime contractor or joint venture participant, while adhering to strict protocols for accessing sensitive bid documents. The procurement is critical for ensuring the safety and security of U.S. personnel and facilities abroad. For further inquiries, potential bidders can contact Martin Fuller at FullerM@state.gov or Daniel Smith at Smithdd@state.gov, and must comply with the document access requirements outlined in the solicitation.