Request of Proposal for Case Processing Operations Center 2.0
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 Counterintelligence and Security Agency (DCSA) has issued a Request for Proposal (RFP) for Case Processing Operations Center (CPOC) 2.0 services. This opportunity, designated as a Total Small Business Set-Aside, seeks to support DCSA's personnel security and Federal background investigation mission. An Amendment 0001 has been released. Proposals are due by May 8, 2026.
Purpose
The DCSA requires comprehensive CPOC services to facilitate Federal background investigations and personnel security. This includes managing the entire case processing lifecycle, adapting to evolving policies like Trusted Workforce 2.0, and supporting future IT system implementations.
Scope of Work
The Contractor shall provide all necessary personnel, equipment, and resources to perform CPOC services, including:
- Telephone and Switchboard Services
- Case Processing: Application Ingestion, Case Maintenance, Item Level Processing, and Post Closing
- Expedited Work Fulfillment
- Continuous Vetting Support
- Program Management
- Support for Future IT System Implementation: Training, User Acceptance Testing, Program Management
- Adaptation to Policy Changes: Including Trusted Workforce 2.0
- Quality Investigative Products: Meeting timeliness mandates, Federal Investigative Standards (FIS), DoD cybersecurity policies, and DCSA protocols.
Contract Details
- Contract Type: Indefinite Delivery Indefinite Quantity (IDIQ), anticipated Firm Fixed-Price for Task Orders.
- Period of Performance: A five-year base period with an optional six-month extension for the IDIQ. Task Orders may have up to a 12-month base period plus options.
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- NAICS Code: 561611 (Investigation & Personal Background Check Services, $25 Million size standard)
- PSC Code: R499 (Other Professional Services)
- Place of Performance: Primarily Boyers, Pennsylvania, and St. Louis, Missouri, or other approved alternate locations.
- CMMC Requirement: CMMC Level 1 (Self-Certify) is a condition of eligibility for award.
Key Requirements & Considerations
- Security: Contractor personnel must have favorably adjudicated background investigations (Tier 3 to Tier 5).
- Quality Control: Contractors must maintain an effective quality control program and submit an initial Quality Control Plan (QCP).
- Key Personnel: Requires a Program Manager, IT Manager, and Quality Control Manager with specific qualifications.
- Scalability: Ability to accommodate unpredictable case volumes, types, timing, and complexity.
- Organizational Conflict of Interest (OCI): Restrictions apply to contractors with existing DCSA investigative contracts.
Submission & Contact
- Response Due Date: May 8, 2026, at 2:00 PM Z.
- Primary Contact: Terrie M. Rodriguez (terrie.m.rodriguez.civ@mail.mil)
- Secondary Contact: Chad M. Roney (chad.m.roney.civ@mail.mil)
Offerors should review Amendment 0001 and the full RFP package for complete submission instructions and requirements.