Active Solicitation · DEPARTMENT OF STATE

    Q&A FOR DPO SHIPMENT FOR U.S. EMBASSY TASHKENT

    DEPARTMENT OF STATE
    Special NoticeWASHINGTON, DC
    Open · 5d remaining
    DAYS TO CLOSE
    5
    closes May 18, 2026
    POSTED
    May 14, 2026
    Publication date
    NAICS CODE
    541614
    Primary industry classification
    PSC CODE
    R706
    Product & service classification

    AI Summary

    The U.S. Embassy in Tashkent is seeking a contractor for logistics and shipping services related to diplomatic pouch operations. This RFQ requires a single award and includes various operational requirements such as customs clearance, storage, and security specifications. Offerors must comply with local laws and provide necessary documentation as outlined in the solicitation.

    Contract details

    Notice Type
    Special Notice
    Posted Date
    May 14, 2026
    Response Deadline
    May 18, 2026
    NAICS Code
    541614AI guide
    PSC / Class Code
    R706
    Issuing Office
    U.S. EMBASSY TASHKENT
    Primary Contact
    Joseph Anderson
    State
    DC
    ZIP Code
    20520
    AI Product/Service
    service

    Description

    Questions and Answers – RFQ 19UZ8026Q0017

    Q: 1. Is this solicitation intended to result in a single award or multiple awards?

    A: Single award.

    Q: 2. Is there an incumbent contractor currently performing these services? If so, could the Embassy please identify the incumbent contractor?

    A: N/A.

    Q: 3. Is any historical operational data available, such as shipment volumes, delivery frequency, storage utilization, average shipment weights, or estimated annual workload trends?

    A: Historical data is not available.

    Q: 4. Are offerors required to submit the resume/CV of the proposed Key Personnel (Project Manager) as part of the proposal submission?

    A: Follow solicitation requirement.

    Q: 5. Regarding the storage facility requirements referenced in the solicitation, could the Embassy please clarify the minimum expectations related to storage capacity, facility specifications, temperature/environmental controls, and security requirements?

    A: Offerors shall propose facilities sufficient to meet solicitation requirements.

    Q: 6. Regarding warehouse security requirements, would a monitored facility with controlled/restricted access be acceptable, or are dedicated on-site security personnel and contractor-owned camera/security systems required?

    A: Controlled/restricted access with adequate monitoring is acceptable.

    Q: 7. On Page 14, the solicitation references fire insurance rating organization statements regarding adequacy of fire protection. Are offerors required to submit any fire safety certifications, fire inspection reports, or related documentation as part of the proposal?

    A: Submit available supporting documentation with the proposal.

    Q: 8. On Page 38, the solicitation requests evidence that the offeror operates an established business with a permanent address and telephone listing. Could the Embassy please clarify what specific documentation would satisfy this requirement?

    A: Business registration documents and company contact information are acceptable.

    Q: 9. Regarding Past Performance: Are commercial past performance references acceptable? Is there a minimum or maximum number of references required? Will experience as either a Prime Contractor or Subcontractor be considered acceptable?

    A: Commercial references are acceptable. Please refer to the solicitation for quantity requirements. Prime or Subcontractor experience is acceptable.

    Q: 10. On Page 38, the solicitation requests evidence that the offeror can provide the necessary personnel, equipment, licenses, and financial resources required for performance. Could the Embassy please clarify what specific supporting documentation is expected?

    A: Relevant licenses, equipment lists, staffing information, and financial capability documentation may be submitted.

    Q: 11. The solicitation states that the Contractor must hold valid licenses and documented authorization to access all areas related to diplomatic pouch operations. Are these licenses, permits, registrations, or access authorizations required at the time of proposal submission, or may they be obtained after award? Additionally, could the Embassy clarify which specific licenses or authorizations are required?

    A: Required licenses and authorizations shall be obtained in accordance with local laws and solicitation requirements.

    Q: 12. Are offerors required to possess airport cargo access credentials/permits at the time of proposal submission, or may such access authorizations be obtained after contract award?

    A: Such authorizations may be obtained after award.

    Q: 13. Could the Embassy please clarify the preferred or minimum vehicle specifications required for contract performance?

    A: Vehicles shall be suitable for secure cargo transportation and contract performance.

    Q: 14. Are vehicles utilized under this contract required to be company-owned/company-registered, or would commercially leased and/or subcontracted vehicles be acceptable?

    A: Leased or subcontracted vehicles are acceptable.

    Q: 15. Regarding the pricing line item for storage at the International Post Office/UzPost, should offerors include actual storage fees charged by UzPost within their proposed pricing?

    A: Offerors are encouraged to prepare quotations based on the requirements of the solicitation.

    Q: 16. Regarding inbound and outbound customs clearance services, does the requirement refer strictly to customs processing/documentation and cargo release coordination services, or should offerors also include any applicable customs duties, taxes, or import/export fees within pricing?

    A: Include all applicable services and fees required for performance.

    Q: 17. Is there a required maximum turnaround time between cargo arrival at TAS Airport and delivery to the Embassy/mailroom?

    A: Up to 1 business day.

    Q: 18. Could the Embassy please clarify whether there are any minimum insurance coverage requirements applicable to this contract?

    A: Offerors shall comply with all applicable insurance requirements under local law and the solicitation.

    Q: 19. Would the Embassy permit subcontracted support services for certain operational functions under the prime contractor’s management and responsibility?

    A: Yes.

    Q: 20. Is an established operating business presence in Uzbekistan required at the time of proposal submission, or may the successful offeror establish local operations and registrations after contract award?

    A: Both applicable.

    Q: 21. Although this solicitation is identified as unrestricted, could the Embassy please clarify whether SDVOSB status will receive any evaluation consideration or socioeconomic preference during the award decision process pursuant to applicable FAR provisions or Department of State procurement policies?

    A: This solicitation is unrestricted. No additional evaluation preference will be applied.

    Q: 22. Should the proposal be submitted as a single consolidated file, or may technical, pricing, and representations/certifications volumes be submitted separately?

    A: Either format is acceptable.

    Q: 23. Are there any proposal formatting requirements, including page limitations, font size, margin requirements, file naming conventions, or email/file size limitations?

    A: No special formatting requirements apply.

    Key dates

    1. May 14, 2026Posted Date
    2. May 18, 2026Proposals / Responses Due

    AI search tags

    Frequently asked questions

    Q&A FOR DPO SHIPMENT FOR U.S. EMBASSY TASHKENT is a federal acquisition solicitation issued by DEPARTMENT OF STATE. Review the full description, attachments, and submission requirements on SamSearch before the response deadline.

    SamSearch Platform

    Stop searching. Start winning.

    AI-powered intelligence for the right opportunities, the right leads, and the right time.