Skip to content
Department of State

DIPLOMATIC PLATFORM SUPPORT SERVICES II (DiPSS II) IDIQ

Solicitation: 19AQMM26R0179
Notice ID: ca7bcf93a2c84350aefb20f3de2697a7
TypeSources SoughtNAICS 541614PSCR706Set-AsideNONEDepartmentDepartment of StateStateDCPostedMar 26, 2026, 12:00 AM UTCDueApr 16, 2026, 07:00 PM UTCCloses in 11 days

Sources Sought from STATE, DEPARTMENT OF • STATE, DEPARTMENT OF. Place of performance: DC. Response deadline: Apr 16, 2026. Industry: NAICS 541614 • PSC R706.

Market snapshot

Awarded-market signal for NAICS 541614 (last 12 months), benchmarked to sector 54.

12-month awarded value
$5,835,079,371,372
Sector total $5,888,804,924,862 • Share 99.1%
Live
Median
$402,920
P10–P90
$345,257$460,584
Volatility
Stable29%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
99.1%
share
Momentum (last 3 vs prior 3 buckets)
-77%(-$3,614,982,779,642)
Deal sizing
$402,920 median
Use as a pricing centerline.
Live signal is computed from awarded notices already observed in the system.
Signals shown are descriptive of observed awards; not a forecast.

Related hubs & trends

Navigate the lattice: hubs for browsing, trends for pricing signals.

We write these bids →
Open on SAM.gov →
Map for DC
Live POP
Place of performance
Not listed
State: DC
Contracting office
Washington, DC • 20520 USA

Applicable Wage Determinations

SAM WDOL references matched to this opportunity's location and scope language.

WD Directory →
Best fit for this contractDavis-Bacon
DC20260001 (Rev 3)
Match signal: state matchOpen WD
Published Jan 23, 2026District of Columbia • Washington, D.C.
Rate
Asbestos Worker/Heat and Frost Insulator
Base $40.77Fringe $20.17
Rate
HAZARDOUS MATERIAL HANDLER
Base $24.46Fringe $10.19
+70 more occupation rates available in the full WD.
View more for this contract
3 more WD matches and 70 more rate previews.
Davis-BaconBest fitstate match
DC20260001 (Rev 3)
Open WD
Published Jan 23, 2026District of Columbia • Washington, D.C.
Rate
Asbestos Worker/Heat and Frost Insulator
Base $40.77Fringe $20.17
Rate
HAZARDOUS MATERIAL HANDLER
Base $24.46Fringe $10.19
Rate
Fire Stop Technician
Base $30.21Fringe $10.43
+69 more occupation rates in this WD
Davis-Baconstate match
DC20260002 (Rev 2)
Open WD
Published Jan 16, 2026District of Columbia • Washington, D.C.
Rate
ASBESTOS WORKER/HEAT & FROST INSULATOR
Base $40.77Fringe $20.17
Rate
ASBESTOS WORKER: HAZARDOUS MATERIAL HANDLER
Base $24.46Fringe $10.19
Rate
FIRESTOPPER
Base $30.21Fringe $10.43
+28 more occupation rates in this WD
Davis-Baconstate match
DC20260003 (Rev 0)
Open WD
Published Jan 02, 2026District of Columbia • Washington, D.C.
Rate
ASBESTOS WORKER: HAZARDOUS MATERIAL HANDLER
Base $24.46Fringe $10.19
Rate
ELEVATOR MECHANIC
Base $57.16Fringe $38.43
Rate
PLUMBER
Base $29.60Fringe $14.71
+11 more occupation rates in this WD
Service Contract Actstate match
2021-0169 (Rev 18)
Open WD
Published Dec 03, 2025District of Columbia
47040
Diver
Base $60.90Fringe $0.00
47041
Diver Tender 34.80 (not set) - Diver Supervisor
Base $66.99Fringe $0.00

HEALTH & WELFARE: $5.55 per hour, up to 40 hours per week, or $222.00 per week or $962.00 per month HEALTH & WELFARE EO 13706: $5.09 per hour, up to 40 hours per week, or $203.60 per week, or $882.27 per month* *This rate is to be used only when compensating employees for performance on an SCA- covered contract also covered by EO 13706, Establishing Paid Sick Leave for Federal Contractors. A contractor may not receive credit toward its SCA obligations for any paid sick leave provided pursuant to EO 13706. | VACATION: 2 weeks paid vacation after 1 year of service with a contractor or successor, 3 weeks after 5 years, and 4 weeks after 15 years. Length of service includes the whole span of continuous service with the present contractor or successor, wherever employed, and with the predecessor contractors in the performance of similar work at the same Federal facility. (Reg. 29 CFR 4.173) | HOLIDAYS: A minimum of eleven paid holidays per year: New Year's Day, Martin Luther King Jr.'s Birthday, Washington's Birthday, Memorial Day, Juneteenth National Independence Day, Independence Day, Labor Day, Columbus Day, Veterans' Day, Thanksgiving Day, and Christmas Day. (A contractor may substitute for any of the named holidays another day off with pay in accordance with a plan communicated to the employees involved.) (See 29 CFR 4.174) ** UNIFORM ALLOWANCE ** If employees are required to wear uniforms in the performance of this contract (either by the terms of the Government contract, by the employer, by the state or local law, etc.), the cost of furnishing such uniforms and maintaining (by laundering or dry cleaning) such uniforms is an expense that may not be borne by an employee where such cost reduces the hourly rate below that required by the wage determination. The Department of Labor will accept payment in accordance with the following standards as compliance: The contractor or subcontractor is required to furnish all employees with an adequate number of uniforms without cost or to reimburse employees for the actual cost of the uniforms. In addition, where uniform cleaning and maintenance is made the responsibility of the employee, all contractors and subcontractors subject to this wage determination shall (in the absence of a bona fide collective bargaining agreement providing for a different amount, or the furnishing of contrary affirmative proof as to the actual cost), reimburse all employees for such cleaning and maintenance at a rate of $3.35 per week (or $.67 cents per day). However, in those instances where the uniforms furnished are made of ""wash and wear"" materials, may be routinely washed and dried with other personal garments, and do not require any special treatment such as dry cleaning, daily washing, or commercial laundering in order to meet the cleanliness or appearance standards set by the terms of the Government contract, by the contractor, by law, or by the nature of the work, there is no requirement that employees be reimbursed for uniform maintenance costs. ** SERVICE CONTRACT ACT DIRECTORY OF OCCUPATIONS ** The duties of employees under job titles listed are those described in the ""Service Contract Act Directory of Occupations"", Fifth Edition (Revision 1), dated September 2015, unless otherwise indicated. ** OCCUPATIONS NOT INCLUDED IN THE SCA DIRECTORY OF OCCUPATIONS ** Diver Supervisor Responsibilities of the supervisor include oversight of diving operations, conducting safety meetings, establishing dive plan/tasks, completing dive related paperwork, communicating with divers and tenders, monitoring diving equipment and diving conditions.

Point of Contact

Name
Ryan Colgan
Email
ColganRP@state.gov
Phone
202-341-2627
Name
Justin Rautenbach
Email
RautenbachJ@state.gov
Phone
202-368-2589

Agency & Office

Department
STATE, DEPARTMENT OF
Agency
STATE, DEPARTMENT OF
Subagency
ACQUISITIONS - AQM MOMENTUM
Office
Not available
Contracting Office Address
Washington, DC
20520 USA

More in NAICS 541614

Description

This is a Sources Sought Notice issued solely for information and planning purposes. The Department of State is seeking qualified sources for the potential next iteration of the Diplomatic Platform Support Services (DiPSS) IDIQ.

This notice does not constitute a Request for Proposal (RFP), Invitation for Bid (IFB), or Request for Quotation (RFQ), nor does it restrict the Government to an ultimate acquisition approach. Responses to this notice are not offers and cannot be accepted by the Government to form a binding contract.

This Sources Sought is issued for the following purposes:

  • Receive industry comment on the overarching seven (7) Capability Areas Attachment 1: Draft Capability Areas and Attachment 2: Draft DiPSS II NAICs Codes.
  • Determine market interest, feasibility, and capability of sources.
  • Determine initial operating capability across the globe.

The Diplomatic Platform Support Services II (DiPSS II) IDIQ will provide a full range of services for Program Management, Construction, Life Support, Logistics and Supplies, Medical and Emergency Operations, Maintenance, and Security Support Services to U.S. Department of State (DOS) and other U.S. Government agencies under Chief of Mission Authority and, under special circumstances, non-Chief of Mission activities across the globe. DOS anticipates a large portion of the contract to focus on locations in the Middle East and South-Central Asia contingency environments; however, the places of performance will not be limited to any one region of the world.

DOS’ Global Acquisitions (GA) anticipates awarding a multiple award Indefinite Delivery Indefinite Quantity (IDIQ) contract.

The Department of State welcomes the participation of qualified Joint Ventures and also encourages teaming to ensure an effective solution. Small Business that are in or are considering Joint Ventures are encouraged to respond to the Sources Sought.  

A response to this Sources Sought will not be considered an adequate response to any forthcoming solicitation announcement and the Government will not provide a debriefing on the results of this Sources Sought. No reimbursement will be made for any costs associated with providing information in response to this Sources Sought notice or any follow-up information requests. All information submitted will be held in a confidential manner.

Attachments:

  1. Attachment 1: Draft Capability Areas
  2. Attachment 2: Draft DiPSS II NAICs Codes.

Submission Requirements:

Interested companies must provide feedback to the questions below and provide a brief capabilities package consisting of no more than 10 pages in length (exclusive of the 7 minimum required questions listed below). Late responses will not be accepted.  Submissions must be emailed to Contracting Officer Ryan Colgan (ColganRP@state.gov) and copy Contract Specialists Justin Rautenbach (RautenbachJ@state.gov) no later than 3:00 PM EST on April 16, 2026.

Responses shall at a minimum include:

  1. Company name, office location(s), Unique Entity Identifier (UEI), CAGE Code, and POC information (Name, Title, Phone Number, and email address).
  2. If you intend to develop a Joint Venture (JV) in response to this requirement, please describe the nature of the JV and its members, indicating the Managing member.
  3. A statement identifying your company's ability to recruit qualified personnel to work in austere locations.
  4. A statement on what type of contract your company believes would be the best for this requirement.
  5. A statement identifying if your company can accommodate a cost type contract.
  6. If applicable, provide comments to the draft Capability Areas and draft DiPSS II NAICs Codes.
  7. List relevant experience within the last three years. All examples must be listed in the table format below and limited to no more than 5 entries. Please note, text that is bold and in italics is illustrative and should be deleted.

Contract Number:                  19AQMM36C1234
Agency Name:                         Department of State
Customer POC:                       John Smith, Contracting Officer
                                                       John.Smith@state.gov

Location of Performance: OCONUS location supported
Total Contract Value:          $1,000,000
Period of Performance:      5-years
Contract Type:                     Time and Material (T&M)
Prime/Sub-contractor:      Prime
Brief Description:               Brief description no more than 100 words

Files

Files size/type shown when available.

BidPulsar Analysis

A practical, capture-style breakdown of fit, requirements, risks, and next steps.

Analysis is being generated for this notice. Check back shortly.

FAQ

How do I use the Market Snapshot?

It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.

Is the data live?

The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.

What do P10 and P90 mean?

P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.