ContractCombined Synopsis/Solicitation

Regional Switchboard Services for U.S. Diplomatic Posts in Europe

DEPARTMENT OF STATE 19GE5026R0007
Response Deadline
Jan 30, 2026
Deadline passed
Days Remaining
0
Closed
Set-Aside
Full & Open
Notice Type
Combined Synopsis/Solicitation

Contract Opportunity Analysis

The U.S. Department of State is seeking qualified contractors to provide Regional Switchboard Services for U.S. diplomatic posts across Europe, as outlined in Solicitation Number 19GE5026R0007. The procurement aims to award up to two firm-fixed-price, indefinite-delivery/indefinite-quantity (IDIQ) contracts, covering a base year and two option years, to ensure effective communication support for U.S. embassies and consulates. These services are critical for maintaining operational efficiency and providing timely assistance to U.S. citizens abroad, with requirements including 24/7 call handling, emergency escalation, and compliance with data protection laws. Interested parties must submit their proposals by January 30, 2026, at 15:00 CET, with inquiries directed to Patticha Gruenbeck at GruenbeckP@state.gov.

Classification Codes

NAICS Code
561421
Telephone Answering Services
PSC Code
R426
SUPPORT- PROFESSIONAL: COMMUNICATIONS

Solicitation Documents

14 Files
19GE5026R0007-0001.pdf
PDF175 KBJan 21, 2026
AI Summary
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.
19GE5026R0007.pdf
PDF443 KBJan 21, 2026
AI Summary
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.
19GE5026R0007-0002 (SF30).pdf
PDF146 KBJan 21, 2026
AI Summary
Amendment 0002 to Solicitation 19GE5026R0007 for EUR - Mission Europe Switchboard Services revises the original RFP by extending the closing date to January 30, 2026, at 15:00 Europe/Berlin time. This amendment requires offerors to submit firm-fixed pricing for base and two option periods, identify one-time implementation fees, disclose prior or current embassy performance, and provide a list of supported U.S. Missions/Posts in Europe. It also clarifies that proposals with technical changes must identify revised sections and state whether they supplement, partially, or fully replace initial submissions. Section D.2 Task-Order Competition has been removed, indicating that evaluation and award will be based on total pricing and best value at the IDIQ level, with no further price competition at the task-order level. The government may make one or two awards.
19GE5026R0007-0002.pdf
PDF422 KBJan 21, 2026
AI Summary
The Regional Procurement Support Office (RPSO) Frankfurt has issued a Combined Synopsis and Solicitation (No. 19GE5026R0007-0002) for Regional Switchboard Services to support U.S. diplomatic posts in Europe. The government intends to award up to two firm-fixed-price, indefinite-delivery/indefinite-quantity (IDIQ) contracts for a base year and two option years. Offers must include a comprehensive price proposal using Attachment 2 and a detailed technical proposal addressing company profile, key personnel, a comprehensive plan of action (including surge response, continuity, and flexible work arrangements, with optional AI use), a quality assurance management plan, proposed work locations, past performance references, and, if applicable, recruitment and housing plans for Third Country Nationals. Proposals are due by January 30, 2026, at 15:00 CET. Evaluation will be based on compliance, technical capability, past performance, and price, with the potential for award without discussions.
Attachment 1 - Schedule and Contract Clauses (0002).pdf
PDF415 KBJan 21, 2026
AI Summary
This government solicitation, Amendment 0002 to 19GE5026R0007, outlines a firm fixed-price Indefinite-Delivery Indefinite-Quantity (IDIQ) contract for regional switchboard services for U.S. Embassies and Consulates in Europe. The contract covers a one-year base period with two one-year options, with a minimum value of $5,000.00 and a maximum of $2,000,000.00. The Contractor will provide 24/7, after-hours, or working-hours call handling in English and local languages, including emergency escalation, call recording, and reporting. Key requirements include staffing fluency, a VOIP-based system with advanced features, and a Quality Assurance Management Plan with a Government-monitored complaint channel. The document details administrative procedures, contract clauses, and specific FAR and DOSAR clauses, emphasizing compliance with local and U.S. laws, data protection, and tax obligations.
Attachment 2 - Price Proposal Breakdown (0002).xlsx
Excel33 KBJan 21, 2026
AI Summary
This government file, titled "SOLICITATION 19GE5026R0007-0002 REGIONAL SWITCHBOARD SERVICES ATTACHMENT 2: PRICE PROPOSAL BREAKDOWN (0002)", is an RFP attachment detailing the price proposal breakdown for regional switchboard services. It outlines a firm-fixed-price structure for a base year and two option years, categorized by various services and missions (countries). Key services include Monthly Management Fee, Working-Hours Services, After-Hours Services, 24/7 Services, and Translation Services, with additional line items for Implementation/Onboarding fees, Value Added Tax (VAT), and Defense Base Act (DBA) Insurance. Offerors are instructed to complete unit firm-fixed prices for each mission and are reminded that prices for call-based services must be quoted on a price-per-call basis. Estimated annual quantities are provided for evaluation purposes across countries like 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.
Attachment 3 - Representations and Certifications.pdf
PDF331 KBJan 21, 2026
AI Summary
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).
Attachment 4 - IRS Form W-14.pdf
PDF73 KBJan 21, 2026
AI Summary
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.
Attachment 5 - Instructions to Complete IRS Form W-14.pdf
PDF142 KBJan 21, 2026
AI Summary
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.
Attachment 6 - Sample Handbook with Scripts.pdf
PDF717 KBJan 21, 2026
AI Summary
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.
Attachment 7 - Sample Daily Log.xlsx
Excel121 KBJan 21, 2026
AI Summary
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.
Attachment 1 - Schedule and Contract Clauses.pdf
PDF411 KBJan 21, 2026
AI Summary
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.
Attachment 1 - Schedule and Contract Clauses (0001).pdf
PDF468 KBJan 21, 2026
AI Summary
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.
Attachment 2 - Price Proposal Breakdown.xlsx
Excel31 KBJan 21, 2026
AI Summary
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.

Related Contract Opportunities

Project Timeline

postedOriginal Solicitation PostedDec 5, 2025
amendedAmendment #1Dec 10, 2025
amendedAmendment #2· Description UpdatedDec 31, 2025
amendedLatest Amendment· Description UpdatedJan 21, 2026
deadlineResponse DeadlineJan 30, 2026
expiryArchive DateFeb 14, 2026

Agency Information

Department
DEPARTMENT OF STATE
Sub-Tier
STATE, DEPARTMENT OF
Office
ACQUISITIONS - RPSO FRANKFURT

Point of Contact

Name
Patticha Gruenbeck

Place of Performance

Frankfurt, GERMANY

Official Sources