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'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.

    Point(s) of Contact
    Patticha Gruenbeck
    GruenbeckP@state.gov
    Jenina Dosch
    DoschJK@state.gov
    Files
    Title
    Posted
    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 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
    BATTLEFIELD STAFF RIDES (BSR) RENEWAL CONTRACT
    Buyer not available
    The Department of Defense, through the U.S. Army Regional Contracting Office Bavaria, is soliciting proposals for the Battlefield Staff Rides (BSR) Renewal Contract, aimed at providing educational services to U.S. Army Europe's subordinate commands. The contract, which will be a firm-fixed-price, Indefinite Delivery Indefinite Quantity (IDIQ) agreement, seeks to enhance leadership development through historical battlefield tours, including logistical support such as transportation, accommodations, and meals. With a maximum value of $15,294,484 and a guaranteed minimum of $5,000, the contract period spans from May 27, 2026, to May 26, 2031. Interested parties should contact Matthew Troyer at matthew.e.troyer.mil@army.mil or Andrea Lucas at andrea.r.lucas.ln@army.mil for further details and to ensure compliance with the proposal submission requirements.
    Purchase of a New Passenger Van
    Buyer not available
    The U.S. Department of State, through the U.S. Consulate in Frankfurt, is seeking qualified vendors to supply a new passenger van for government use. The procurement involves one 8-passenger van, compliant with German and EU specifications, to be delivered to Frankfurt am Main, Germany, within 120 days of order receipt. This vehicle will primarily transport personnel, including Marines, within the Frankfurt area and occasionally to Garmisch, necessitating features such as an automatic diesel engine, ABS, a backup camera, and all-season tires. Interested companies must express their interest by contacting GSO Procurement at einkauf@state.gov by 16:00 hours on December 15, 2025, referencing solicitation number PR15671233.
    Wireline Communication Services for the U.S. Mission to Canada
    Buyer not available
    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.
    New office furniture for workspaces
    Buyer not available
    The U.S. Department of State is seeking qualified contractors to supply, deliver, and install new office furniture for the U.S. Embassy in Paris, France, under Request for Quotations (RFQ) number 19FR6326Q0039. The procurement includes high-quality office furniture for both executive and operational uses, which must comply with European, U.S., and local building codes, safety regulations, and ergonomic standards. This initiative is crucial for enhancing the work environment at the embassy, ensuring that the furniture meets the functional and aesthetic needs of the workspace. Interested offerors must attend a pre-proposal conference on November 24, 2025, and submit their quotations electronically by December 15, 2025, with all required documentation, including a warranty of 8 years for defects and a 10-year commitment for replacement parts and repairs. For further inquiries, prospective bidders can contact Hélène Tanqueray at tanquerayh@state.gov.
    RFQ: Start a 200 MB commercial lease Intra-Europe.
    Buyer not available
    The Department of Defense, through the Defense Information Systems Agency (DISA), is soliciting quotes for a 200 MB commercial lease for intra-Europe telecommunications services. This procurement aims to establish reliable communication infrastructure, which is critical for military operations and coordination across Europe. Interested telecommunications providers must comply with specific terms and conditions outlined in the solicitation, and the evaluation will follow a lowest price technically acceptable (LPTA) source selection process. For further inquiries, potential bidders can contact Gretchen Figgins at gretchen.l.figgins.civ@mail.mil or Chad DeVries at chad.w.devries.civ@mail.mil, with all submissions required to include the requestor's UEI or CAGE code for verification.
    VIRTUAL PRIVATE NETWORK AND MOBILE TELECOMMUNICATION SERVICES
    Buyer not available
    The U.S. Department of State, through the U.S. Embassy in Lisbon, is soliciting proposals for Virtual Private Network and Mobile Telecommunication Services under RFQ Number 19P05025Q0012. The contract requires the provision of fixed and mobile telephone services, including a Virtual Private Network for 30 official lines, with additional services such as international calls, roaming, SMS, voicemail, and 24-hour customer support. This procurement is critical for ensuring reliable communication and connectivity for embassy operations in Portugal. Interested vendors must submit their quotations by December 10, 2025, and ensure compliance with all solicitation requirements, including registration in the System for Award Management (SAM) and completion of necessary certifications. For further inquiries, contact Jose Gregorio at gregoriojm@state.gov or Ana Paula Saint Aubyn at SaintAubynAP@state.gov.
    RFQ - BPA for Business Card and Printed items
    Buyer not available
    The U.S. Department of State, through the American Embassy in Geneva, is seeking quotations for a Blanket Purchase Agreement (BPA) for business cards and printed items. Vendors are required to meet specific printing requirements, including size, logo options, paper color, and quantities, while also being capable of producing other standard printed items. This procurement is significant as it supports the embassy's operational needs, with an estimated total value of $50,000 over a five-year period, and individual purchases capped at $10,000. Quotations must be submitted electronically by January 2nd, 2026, at 5 PM local time, and interested parties should contact Gavin Elliott at elliottgt@state.gov or Renaud Poncet at poncetrh@state.gov for further information.
    Meal Vouchers Cards service for the U.S. Embassy Brasilia, Brazil
    Buyer not available
    The U.S. Department of State is seeking proposals for the administration of a meal voucher card service for approximately 900 locally employed staff at the U.S. Embassy in Brasilia, Brazil. The contractor will be responsible for providing electronic "MARKET" and "RESTAURANT" cards, managing employee accounts, and ensuring compliance with Brazilian laws and Department of State regulations. This service is crucial for the local compensation plan and must be operational within 30 days of contract award, with a contract structure of indefinite delivery and indefinite quantity (IDIQ) for one base year and four optional years. Proposals are due by January 5, 2026, and interested parties should contact Tracy Musacchio at musacchiotl@state.gov or Paulo Figueira at FigueiraPF@state.gov for further details.
    USAFRICOM Dedicated Passenger Air Charter Service
    Buyer not available
    The Department of Defense, through the U.S. Transportation Command (USTRANSCOM), is seeking proposals for dedicated passenger air charter services (DPACS) to support the U.S. Africa Command (USAFRICOM) and U.S. European Command (USEUCOM) missions. The contractor will provide a primary fixed-wing aircraft based in Stuttgart, Germany, along with surge aircraft capabilities deployable within 15 days of request, managing all aspects of air transport, logistics, and compliance with military regulations. This contract is crucial for ensuring reliable air transport services in support of military operations, with a base period of performance from May 1, 2026, to April 30, 2027, and four additional one-year option periods extending to April 30, 2031. Interested parties must submit their proposals by December 22, 2025, and can direct inquiries to Brenda Marshall at brenda.l.marshall10.civ@mail.mil or Thomas M. Fee at thomas.m.fee2.civ@mail.mil.
    Binding Services for Publications and Pecha Box Manufacturing – LOC New Delhi
    Buyer not available
    The U.S. Department of State, through the American Embassy in New Delhi, is seeking proposals for binding services for publications and the manufacture of Pecha boxes for the Library of Congress – New Delhi Office. This procurement aims to establish an Indefinite-Delivery Indefinite-Quantity contract that includes a base year and four one-year options, focusing on the production of periodicals, monographs, and Pecha boxes, with an emphasis on quality and timely delivery. Interested vendors must submit their proposals electronically by 5:00 P.M. IST on January 6, 2026, and are required to register in the System for Award Management (SAM) prior to submission. For inquiries, vendors should use the provided Vendor Questions Template and direct their questions to Jaya Vedi at vedij@state.gov by December 13, 2025.