Synopsis: 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 pre-solicitation notice for Case Processing Operations Center (CPOC) 2.0 services to support Federal background investigations. This requirement is a Total Small Business Set-Aside. The Request for Proposal (RFP) is tentatively scheduled for release on or about March 31, 2026.
Purpose
DCSA requires ongoing CPOC 2.0 services to support its personnel security and Federal background investigation mission. This acquisition will be a non-commercial procurement under FAR Part 15.
Scope of Work
The contractor will provide all necessary personnel, equipment, and resources to perform CPOC services. Key services include:
- Telephone and Switchboard Services
- Case Processing: Application Ingestion, Case Maintenance, Item Level Processing, 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 and process changes, including Trusted Workforce 2.0
- Accommodation of unpredictable case volumes and types
Contract Details
- Contract Type: Anticipated Firm Fixed-Price (FFP) Indefinite Delivery Indefinite Quantity (IDIQ).
- Period of Performance: IDIQ with a five-year base period and an optional six-month extension. Task Orders may have up to a 12-month base period plus options.
- Set-Aside: 100% Total Small Business Set-Aside.
- NAICS Code: 561611, Investigation & Personal Background Check Services (Size Standard: $25 Million).
- PSC Code: R499, Other Professional Services.
- Place of Performance: Boyers, Pennsylvania, St. Louis, Missouri, or alternate approved locations.
- Security: Contractor personnel must have a favorably adjudicated background investigation (Tier 3 to Tier 5).
- CMMC: CMMC Level 1 (Self-Certify) is applicable and a condition of eligibility for award.
Performance Standards
Performance will be measured based on quality and timeliness, with specific ratings and potential incentives/disincentives. DCSA will conduct quarterly inspections and use a Contractor Performance Reporting Application (CPRA).
Key Personnel
Required key personnel include a Program Manager, IT Manager, and Quality Control Manager, each with specific experience and qualification requirements.
Next Steps
This is a pre-solicitation notice, not a Request for Proposal (RFP). Vendors shall NOT submit formal proposals at this time. The RFP is tentatively scheduled for release on or about March 31, 2026, on SAM.gov. All respondents must be registered in SAM.
Contact Information
- Primary: Terrie Rodriguez (terrie.m.rodriguez.civ@mail.mil)
- Secondary: Chad Roney (chad.m.roney.civ@mail.mil)