This is a Request for Information (RFI) as outlined in FAR 15.201(c)(7). The purpose of this RFI is to gather market research data, pursuant to Federal Acquisition Regulation (FAR) Part 10, and to identify small businesses capable of performing the functions described herein. The Government is requesting information from service providers to support the requirements of the Bureau of Diplomatic Security’s (DS) Office of Overseas Protective Operations (DS/IP/OPO) as described in the RFI. This notice is issued solely for information and planning purposes and does not constitute a Request for Proposal (RFP) or a commitment on the part of the Government to conduct a solicitation for the below-listed services in the future. Respondents are advised that the Government will not pay for information submitted in response to this RFI, nor will it compensate respondents for any costs incurred in the development/furnishing of a response.Please note that a decision not to submit a response to this
RFI will not preclude a vendor from participating in any future solicitation.NO PHONE CALLS, COMMUNICATION WILL BE VIA EMAIL ONLY.Background and Statement of NeedThe purpose of this RFI is to provide the Department of State (DOS) with contractor personnel necessary to support the Bureau of Diplomatic Security’s (DS) Office of Overseas Protective Operations (DS/IP/OPO). The Contractor shall provide personnel to assist DS in the management and administration of protective services, financial management, acquisition support, information management, and administrative programs.The Office of Overseas Protective Operations directs, develops, and delivers programs, operational guidance, and resources to sustain effective security forces at U.S. diplomatic missions. Continuing international uncertainties underscore the need to maintain effective security at U.S. diplomatic missions. In pursuit of that objective, DS/IP/OPO requires the services of personnel in procedural/physical security, financial management and support fields to assist in accomplishing this mission.RFI RESPONSE CONTENT AND FORMATPlease provide the attached questionnaire to the email address(es) provided above, later than February 25, 2022 at 5:00PM EST.NO PHONE CALLS, COMMUNICATION WILL BE VIA EMAIL ONLY.Primary Point of Contact.: James O. Weldon IISenior Contracting
Officerweldonjo@state.govTama E. FrancisSubject Matter
Expertfranciste@state.govContracting Office Address: 1801 N. Lynn St.Arlington, Virginia 22209United StatesPlace of Contract Performance: Rosslyn, VA; Springfield, VA as well as other potential government furnished locations within a 50 mile radius of Washington, DC. SPO/SPA/SPMF will be required to travel to high threat posts to conduct program management reviews.