Regional Switchboard Services for U.S. Diplomatic Posts in Europe
ID: 19GE5026R0007Type: Combined Synopsis/Solicitation
Overview

Buyer

STATE, DEPARTMENT OFSTATE, DEPARTMENT OFACQUISITIONS - RPSO FRANKFURTWASHINGTON, DC, 20520, USA

NAICS

Telephone Answering Services (561421)

PSC

SUPPORT- PROFESSIONAL: COMMUNICATIONS (R426)
Timeline
    Description

    The U.S. Department of State is seeking qualified contractors to provide Regional Switchboard Services for U.S. diplomatic posts across Europe, with the procurement managed by the Acquisitions office in Frankfurt. The contract will be structured as multiple firm-fixed-price, indefinite-delivery/indefinite-quantity (IDIQ) agreements, with a maximum estimated value of $2,000,000, covering a one-year base period and two optional one-year extensions. These services are critical for ensuring effective communication and support for U.S. citizens and government officials, requiring 24/7 call handling in English and local languages, emergency escalation procedures, and compliance with data protection laws. Interested parties must submit their proposals by January 16, 2026, and direct any inquiries to Patticha Gruenbeck at GruenbeckP@state.gov, with a deadline for questions set for December 12, 2025.

    Point(s) of Contact
    Patticha Gruenbeck
    GruenbeckP@state.gov
    Jenina Dosch
    DoschJK@state.gov
    Files
    Title
    Posted
    The U.S. Consulate General in Frankfurt issued Amendment 0001 to Solicitation 19GE5026R0007, for EUR - Mission Europe Switchboard Services. This amendment incorporates 33 questions and answers, adds new clauses regarding call recording, data protection, and privacy (Section C.1.6), and includes FAR 52.224-3, Privacy Training. A key change is the extension of the proposal submission deadline from January 9, 2026, to January 16, 2026, at 15:00 Europe/Berlin. The solicitation is for a new regional contract for switchboard services, not a continuation of an existing one. The government estimates an average call handle time of approximately five minutes. The acquisition is conducted under FAR Part 12 and 13 and is not subject to small business set-aside requirements, given its overseas nature.
    The U.S. Department of State's Regional Procurement Support Office (RPSO) Frankfurt has issued Solicitation Number 19GE5026R0007 for Regional Switchboard Services to support U.S. diplomatic posts across Europe. The government intends to award up to two firm-fixed-price, indefinite-delivery/indefinite-quantity (IDIQ) contracts. Proposals must include separate Price and Technical Volumes, with the Price Proposal covering the Base Year only. Technical proposals should detail company profile, key personnel, a comprehensive action plan (including AI use if applicable), a quality assurance plan, proposed work locations, and past performance. Special attention is given to the recruitment and housing of Third Country Nationals (TCNs). Offers will be evaluated based on compliance, technical capability, past performance, and price, with a comparative evaluation method. Questions are due by December 12, 2025, and offers by January 9, 2026, both by 15:00 CET via email.
    This document outlines Solicitation 19GE5026R0007, Amendment 0001, for Regional Switchboard Services for U.S. Embassies and Consulates in Europe. It's an Indefinite-Delivery Indefinite-Quantity (IDIQ) firm-fixed-price contract with a one-year base and two one-year option periods, with an estimated maximum value of $2,000,000. The services include 24/7, after-hours, or working-hours call handling in English and local languages, emergency escalation, and call recording in compliance with data protection laws. The contractor must provide fluent operators and a VOIP-based system with advanced features and backups. A Quality Assurance Management Program with a government-monitored complaint channel is required. The document details administrative procedures, including invoicing, tax requirements, and various FAR and DOSAR clauses, covering areas like subcontracts, employee rights, and foreign procurements.
    This government solicitation (19GE5026R0007) is for Indefinite-Delivery Indefinite-Quantity (IDIQ) contracts to provide regional switchboard services for U.S. Embassies and Consulates across Europe. The contract covers a one-year base period and two one-year option periods, with a minimum value of $5,000 and a maximum of $2,000,000. Services include 24/7, after-hours, or working-hours call handling in English and local languages, emergency escalation, and daily/monthly reporting. Contractors must use a VOIP-based system with specific technical capabilities, maintain a Quality Assurance Management Program with a government-monitored complaint channel, and comply with all applicable labor laws and regulations. The Government intends to award up to two contracts, with task orders issued competitively based on price and other factors.
    The document, titled "SOLICITATION 19GE5026R0007 REGIONAL SWITCHBOARD SERVICES ATTACHMENT 2: PRICE PROPOSAL BREAKDOWN," is a pricing breakdown template for a federal government Request for Proposal (RFP) concerning regional switchboard services. It outlines the cost components for a base year and two option years, categorized by CLIN (Contract Line Item Number). Key services include Monthly Management Fee, Working-Hours Services, After-Hours Services, 24/7 Services, and Translation Services. Additionally, it accounts for Value Added Tax (VAT) and Defense Base Act (DBA) Insurance. The document lists estimated annual quantities for these services across various countries, including Austria, Belgium, Bulgaria, Croatia, Finland, France, Germany, Ireland, Italy, Kosovo, Luxemburg, Macedonia, Norway, Poland, Portugal, Russia, Slovenia, Spain, Switzerland, The Netherlands, Turkey, and the United Kingdom. Offerors are instructed to insert proposed firm-fixed unit prices in the designated fields, with the understanding that estimated quantities are for evaluation purposes only and actual numbers may vary.
    Solicitation 19GE5026R0007 outlines the "Representations & Certifications" required for offers, emphasizing current, accurate, and complete information. Offerors must provide general company details and complete representations, with penalties for false statements. Key provisions include FAR 52.212-3, detailing offeror representations for commercial products and services, and allowing electronic completion via SAM. The document defines various business classifications (e.g., small, veteran-owned, women-owned) and covers certifications related to Executive Order 11246 (affirmative action), payments to influence federal transactions, Buy American Act, responsibility matters (e.g., debarment, delinquent taxes), child labor, place of manufacture, Service Contract Labor Standards, Taxpayer Identification Number, Sudan business operations, inverted domestic corporations, Iran-related activities, offeror ownership/control, and prohibitions on certain telecommunications equipment (FAR 52.204-24) and supply chain security (FAR 52.204-29). Additionally, it addresses trafficking in persons compliance plans (FAR 52.222-56).
    Form W-14, issued by the Department of the Treasury (Internal Revenue Service), is a Certificate of Foreign Contracting Party Receiving Federal Procurement Payments. This form is used by foreign entities that receive federal procurement payments to claim exemption from the tax under section 5000C, based on international agreements or where goods/services are produced/performed in the United States. It requires identification of the foreign contracting party and acquiring agency, details about the country of incorporation, addresses, and any U.S. taxpayer identification number. The form provides sections to claim exemptions, either under an international agreement (such as a qualified income tax treaty) or an international procurement agreement, or because the goods/services are produced/performed in the U.S. If an exemption is claimed, a detailed explanation is required, including the specific agreement and provision relied upon, or relevant countries of production/performance and the method for allocating exempt and nonexempt amounts. The form concludes with a certification under penalties of perjury, affirming the accuracy of the information and agreement to comply with tax obligations under section 5000C.
    Form W-14, issued by the IRS, is crucial for foreign contractors receiving federal procurement payments. Enacted on or after January 2, 2011, Section 5000C imposes a 2% tax on foreign persons receiving specified federal procurement payments. This form allows foreign contracting parties to establish their status and claim exemptions from this tax, either through international agreements (such as tax treaties) or if goods/services are produced in the United States. Foreign contracting parties must submit Form W-14 to the acquiring agency early in the contract process, ideally when submitting an offer or by the contract execution date, and resubmit within 30 days of any change in circumstances. It is not for U.S. persons or for payments under simplified acquisition procedures, emergency acquisitions, or foreign humanitarian assistance contracts. The document defines key terms like 'acquiring agency,' 'foreign contracting party,' 'international procurement agreement,' and 'specified federal procurement payment.' It also provides specific instructions for completing each part of the form, including identification, exemption claims, and certifications, along with appendices listing qualified income tax treaties.
    The "Mission XXX Call-center Handbook" outlines procedures for handling calls outside regular business hours for U.S. citizens in crisis. The call center operates from 1800 to 0800 on weekdays and all day on weekends/holidays. Operators are to refer true emergencies to the Embassy Duty Officer (EDO) while addressing non-urgent inquiries with provided scripts or directing callers to online resources. The handbook details specific scenarios for referral, including calls from U.S. government entities, major crises, high-level officials, and cases involving the safety and welfare of U.S. citizens. It also specifies calls not to be referred to the EDO, such as routine passport issues, lost property without immediate danger, and general visa inquiries. Protocols for bomb threats and crisis procedures (Phases 1 and 2) are included, alongside contact information for various duty officers and consulate locations.
    The provided file appears to be a log or record of various calls and inquiries made to a government entity, likely an embassy or consulate, detailing a range of issues faced by US citizens and individuals calling on their behalf. The main topics include passport-related issues (lost, stolen, expired, emergency renewals), medical emergencies (critical illness, need for treatment in the US, guidance for medical attention), general questions/inquiries (benefits, legal representation, welfare checks, reporting a robbery), and repeat callers with ongoing concerns. Each entry typically includes a summary of the issue and often the dispatch outcome, such as calls being terminated, referred to a website, or transferred to a duty officer. The document highlights the diverse immediate needs of individuals seeking assistance from such an office.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Call Center services for the US Embassy in Paris, France
    State, Department Of
    The U.S. Embassy in Paris, France, is seeking qualified contractors to provide call center services as outlined in solicitation number 19FR6326Q0051. The contract will be structured as an indefinite delivery indefinite quantity (IDIQ) agreement, featuring a one-year base period with two additional one-year options, aimed at supporting after-hours call screening for various U.S. Missions in France. This service is crucial for ensuring effective communication and assistance to U.S. citizens and mission personnel, requiring operators fluent in both English and French to handle approximately 550 calls per month, including emergencies. Interested bidders should note that the solicitation has been officially canceled until further notice, and for further inquiries, they can contact Craig N. Deatrick at deatrickcn@state.gov or Pauline Guedes at Guedesp@state.gov. The original deadline for quotations was set for January 7, 2026, but this is now subject to change due to the cancellation.
    Wireline Communication Services for the U.S. Mission to Canada
    State, Department Of
    The U.S. Department of State is seeking qualified vendors to provide Wireline Communication Services for the U.S. Diplomatic Mission to Canada, including the U.S. Embassy in Ottawa and various consulates across the country. The contract encompasses a range of services such as Analog Phone Services, Data Transport Services (PRI), SIP-Based Telephony Services, and Managed Dedicated Internet Services, with an emphasis on comprehensive invoicing and service continuity. This procurement is critical for maintaining effective communication capabilities for U.S. diplomatic operations in Canada. Quotations are due by January 5, 2025, at 16:00 EST, and interested parties must be registered in the SAM database and submit their proposals via email to ContractsOttawa@state.gov.
    Mobile Telephone Services for US Embassy Ljubljana, Slovenia
    State, Department Of
    The U.S. Embassy in Ljubljana, Slovenia, is seeking qualified vendors to provide mobile telephone services under Request for Quotations (RFQ) number 19S16026Q0003. The contract, set to commence on March 1, 2026, will cover comprehensive mobile services for 117 lines, including voice and data packages, international calling/roaming, SMS/MMS, voicemail, and 24-hour customer service, with an emphasis on high network quality and detailed monthly billing. This procurement is critical for ensuring effective communication for embassy operations, and proposals must be submitted electronically by January 12, 2026, at 10:00 AM local time, with specific formatting requirements and necessary documentation, including a Cybersecurity Supply Chain Risk Management Questionnaire and a Contractor Certification for NDAA Covered Telecommunications Equipment. Interested parties can reach out to Marijan Kruhar at KRUHARM@STATE.GOV or the Ljubljana Procurement Team at LjubljanaProcurement@state.gov for further inquiries.
    R426--Northport Switchboard/Dispatch Services
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking qualified contractors to provide Switchboard and Dispatch Services at the Northport VA Medical Center in Northport, NY. The procurement aims to secure a Firm Fixed Price contract for comprehensive switchboard operations, including the management of telephone operators and emergency dispatchers, utilizing Cisco Webex and Finesse systems, with coverage required 24/7, including federal holidays. This service is critical for ensuring timely and efficient communication within the medical center, particularly for emergency situations. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSB) must submit their qualifications, including professional capabilities and references, by November 21, 2025, at 12:00 PM via email to Clifford.Harrison@va.gov, as this Sources Sought Notice will inform the acquisition strategy.
    Cell Phone communication services for US Embassy Tbilisi
    State, Department Of
    The U.S. Embassy in Tbilisi, Georgia, is seeking qualified vendors to provide Cell Phone Communication Services under Solicitation Number 19GG8026Q0004. The contract will encompass a range of services including SIM cards, local and international calls, high-speed internet, and 24-hour customer support, with a requirement for a minimum of 50 and a maximum of 800 plan subscriptions. This procurement is critical for ensuring reliable communication for embassy operations, with specific performance criteria such as 90% network coverage in Georgia and a 99.9% network uptime. Quotations are due by January 20, 2025, and interested parties must submit their proposals electronically to TbilisiGSOProcurement@state.gov, ensuring compliance with all specified requirements, including SAM registration and completion of the Cybersecurity Supply Chain Risk Management Questionnaire.
    Amend 001 RFQ: Start a 200 MB commercial circuit Intra-Europe.
    Dept Of Defense
    The Department of Defense, through the Defense Information Systems Agency (DISA), is soliciting quotes for the establishment of a 200 MB commercial circuit for intra-Europe communications. This procurement is aimed at enhancing telecommunications capabilities and requires compliance with specific commercial item terms and conditions as outlined in the solicitation. The opportunity is significant for telecommunications providers, as it involves a request for quotes (RFQ) under the NAICS code 517111, with no small business set-aside applicable. Interested vendors must submit their quotes by January 9, 2026, and can reach out to Brett Kaufman or Sarah Tyler via email for further inquiries.
    Operation and Maintenance Services of US Embassies
    State, Department Of
    The Department of State is seeking to procure operation and maintenance services for U.S. embassies and consulates, specifically supporting the Bureau of East Asian and Pacific Affairs and the Bureau of European and Eurasian Affairs. The contract will provide essential clerical, information technology, professional, and maintenance support services at various U.S. diplomatic missions in Europe and Asia, including embassies in Moscow, Kyiv, and Beijing, among others. These services are crucial for ensuring the effective functioning of U.S. diplomatic operations abroad. Interested parties can contact Todd Paynter at payntermt@state.gov for further information regarding this opportunity.
    Amend 001 RFQ: Start a 200 MB commercial circuit Intra-Europe.
    Dept Of Defense
    The Department of Defense, through the Defense Information Systems Agency (DISA), is seeking quotes for the establishment of a 200 MB commercial circuit within Europe. This procurement is aimed at enhancing telecommunications capabilities and is classified under the NAICS code 517111, which pertains to Wired Telecommunications Carriers. The solicitation is a combined synopsis/solicitation, and interested vendors must comply with specific commercial item terms and conditions as outlined in the solicitation document. The due date for submissions has been extended to January 9, 2026, and all inquiries should be directed to Brett Kaufman or Sarah Tyler via their respective email addresses. This opportunity does not have a small business set-aside, and the evaluation will follow a lowest price technically acceptable (LPTA) source selection process.
    Janitorial Services
    State, Department Of
    The U.S. Department of State is soliciting offers for janitorial services at the U.S. Embassy in Reykjavik, Iceland, under contract number 191C7026Q0002. The procurement involves a firm fixed-price contract for a one-year base period with two additional one-year options, covering comprehensive cleaning services across Embassy facilities totaling 1,891 square meters. This contract is crucial for maintaining a clean and safe environment for embassy operations, and it includes specific requirements for personnel standards, insurance, and compliance with federal regulations. Interested vendors must submit their quotations electronically by January 5, 2026, with a site visit scheduled for December 12, 2025, and clarification requests due by December 15, 2025. For further inquiries, vendors can contact the Reykjavik Contracting Officer at reykjavikco@state.gov or by phone at 354-595-2200.
    Rental of transit furniture for use in residential buildings
    State, Department Of
    The U.S. Department of State, through the U.S. Embassy in Paris, is soliciting proposals for the rental of transit furniture and hospitality kits for residential buildings utilized by the U.S. Mission to France. This contract aims to provide temporary furniture and hospitality kits for diplomats and their families during their transition periods, supporting approximately 90 employees and their families annually in locations such as western Paris, Neuilly sur Seine, and Boulogne Billancourt. The contract will be awarded based on the lowest priced technically acceptable offer, with a base period of one year and four optional one-year extensions, and a total estimated value ranging from €10,000 to €4,510,000 (VAT included). Interested contractors must submit their quotations electronically by January 8, 2026, and ensure they are registered in the System for Award Management (SAM) prior to submission. For further inquiries, contact Craig N. Deatrick at deatrickcn@state.gov or Severine Ruinot at ruinotsy@state.gov.