DC3 SETA Follow on Systems Engineering and Technical Assistance (SETA) Professional Support Services
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The Department of the Air Force is soliciting proposals for Systems Engineering and Technical Assistance (SETA) Professional Support Services for the Department of Defense (DoD) Cyber Crime Center (DC3). This is a Total Small Business Set-Aside opportunity. The services aim to augment DC3 staff in investigating and preventing cybercrime and protecting DoD resources. Proposals are due May 21, 2026, at 10:00 AM EST.
Purpose & Scope
The DoD Cyber Crime Center (DC3), a Field Operating Agency under the Inspector General, Office of the Secretary of the AF, requires SETA professional support. DC3's mission involves setting standards in D/MM forensics, delivering specialized cyber investigative training, and serving as a focal point for information sharing on cybersecurity matters across the DoD. The scope of work includes providing qualified personnel for systems engineering, technical analysis, and program management tasks, encompassing research, development, test & evaluation, program integration, compliance support, and technical/programmatic liaison across DC3 and its partner agencies.
Contract Details
- Opportunity Type: Solicitation (RFP FA701426R0001)
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- Product Service Code: R425 (Engineering And Technical Services)
- NAICS: 541611 (Administrative Management and General Management Consulting Services) with a $24.5M size standard.
- Contract Type: Firm Fixed Price (FFP) for labor and Time & Material (T&M) for Other Direct Costs (ODCs), Tools, and Travel.
- Period of Performance: One base year (September 6, 2026 – September 5, 2027), two one-year option periods, and a six-month extension (ending March 5, 2030).
- Place of Performance: Maryland (MD 21090), United States.
- Security Requirements: Requires handling of Controlled Unclassified Information (CUI) and a Cybersecurity Maturity Model Certification (CMMC) Level 2. Personnel must possess a Top Secret/SCI clearance. A DD Form 254 specifies security aspects.
Key Requirements
The contract requires qualified personnel for labor categories such as Senior Cybersecurity Engineer(s), Mid-level Cybersecurity Engineer, and a Senior Portfolio Manager. Specific degree and experience requirements are detailed for each role. Deliverables include Weekly Activity Reports, Monthly Status Reports, Incident Reports, and various other specialized reports. Offerors must demonstrate a management/staffing approach that ensures a stable workforce with 10% or less employee turnover and the ability to staff, recruit, retain, and replace personnel. Contractor personnel are responsible for safeguarding documentation from CUI to classified, even in government facilities.
Submission & Evaluation
- Questions Due: April 28, 2026, at 10:00 AM EST.
- Past Performance Due: May 8, 2026, at 10:00 AM EST.
- Proposals Due: May 21, 2026, at 10:00 AM EST.
- Submission: Electronically, organized into five volumes (Administrative, Gates, Technical, Past Performance, Cost/Price) with specific page limitations. Offerors are encouraged to submit their best and final offer initially.
- Evaluation Factors: Technical Capability and Past Performance are more important than Cost/Price. Technical Capability, combined with Past Performance, is significantly more important than Cost/Price.
- Eligibility: Offerors must possess a current, active Top Secret (TS) security clearance for Key Personnel at the time of proposal submission; sponsorship will not be granted. Proof of CMMC Level 2 Certification is required. Only one key personnel resume is required for submission.
Contact Information
Questions should be submitted via email to SSgt Cole Santee (cole.santee@us.af.mil) or Mrs. Joycelyn Roux (joycelyn.roux@us.af.mil).