Defense Civilian Pay System (DCPS)
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 Defense Finance and Accounting Service (DFAS), Contract Services Directorate, has issued a Sources Sought notice for the Defense Civilian Pay System (DCPS). This market research aims to identify qualified and experienced sources, including small businesses, capable of providing comprehensive software and non-software support services. The ideal provider will have approximately 49 full-time staff located in the Indianapolis, IN commuting area. Responses are due by May 6, 2026.
Scope of Work
The requirement encompasses full software lifecycle support for the DCPS, including:
- Software & Database: Design, development, maintenance.
- System Changes: Change request requirements analysis, software testing, implementation.
- Management: Configuration management, release management.
- Operations: Systems interfaces, customer inquiries, performance measurements, production support.
- Compliance: Audit readiness, information assurance. The Performance Work Statement (PWS) details specific requirements for functional and technical support, including 24/7 production support and adherence to security standards (U.S. Citizenship, Tier 3 background, Common Access Card (CAC)).
Key Information Requested
Respondents are asked to provide:
- Company information (Name, UEI, CAGE, Point of Contact, business size, socio-economic categories).
- Recommendations for NAICS and PSC codes.
- Detailed corporate experience, particularly with large-scale legacy government financial or payroll systems (e.g., IBM Mainframe/z/OS) and multi-stakeholder systems.
- Experience supporting federal financial and system audits (GAO, DoD IG, RMF, FISCAM, SSAE18).
- Methodologies for 24/7 production support and suggestions for performance metrics and deliverables.
- Assessment of the PWS knowledge transfer plan and staffing capabilities for legacy systems (IDMS, COBOL, JCL).
- Identification of key personnel and anticipated subcontracting percentage.
- A Rough Order of Magnitude (ROM) for the effort.
Contract & Timeline
- Opportunity Type: Sources Sought (Market Research)
- Product/Service Code: DA01 (Application Development and Support Services)
- Place of Performance: DFAS Indianapolis Center, Indianapolis, IN (with potential CONUS travel)
- Period of Performance: Anticipated one (1) Base Period of 12 months and four (4) 12-month option periods.
- Response Due: May 6, 2026, by email to jennifer.a.stegman.civ@mail.mil.
- Published: April 22, 2026
Submission Requirements
Responses should include recent and relevant contracts (last 3 years) with contract number, dollar value, period of performance, and scope. Additionally, respondents must answer the attached RFI questions and provide no more than three pages detailing their experience in the subject matter areas. Include business address, point of contact, CAGE code, and small business status.
Disclaimer
This is a Request for Information for market research purposes only and does not constitute a solicitation. Information received will not be disclosed outside the government.