Request for Information: 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) is issuing a Request for Information (RFI) for Case Processing Operations Center (CPOC) 2.0 services. This RFI seeks to identify potential Total Small Business sources capable of providing critical support for Federal Background Investigations and personnel vetting. Responses will inform future acquisition planning for an anticipated Firm Fixed Price (FFP) IDIQ contract.
Scope of Work
The RFI seeks capabilities for comprehensive CPOC services, including:
- 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 (e.g., Trusted Workforce 2.0, training, user acceptance testing)
- Adaptation to iterative policy and process changes.
Work will primarily be performed at Boyers, PA, St. Louis, MO, or other approved locations. The anticipated contract type is an Indefinite Delivery Indefinite Quantity (IDIQ) with a 5-year base period and a 6-month option, with task orders up to 12 months plus options.
Information Requested from Vendors
DCSA requests detailed responses covering:
- Company Information: Name, Address, CAGE Code, UEI, POC.
- Interest: Statement of priming interest or teaming/subcontracting strategy.
- Business Size & Status: Specific small business designations.
- Capability Statement: Addressing corporate experience and capacity (similar scale/complexity, past performance), volume and scalability (managing large volumes and surges), technical approach (Initial and Continuous Vetting, innovation, quality, timeliness), program management and staffing (management structure, recruitment, training, retention for ~900+ FTEs, workload fluctuation, phase-in plan), and innovation/transformation (understanding of Trusted Workforce 2.0 and IT system transition experience).
Submission Details
- Response Due: February 27, 2026, by 7:00 PM ET.
- Submission Method: Email to Terrie Rodriguez (terrie.m.rodriguez.civ@mail.mil) and Chad Roney (chad.m.roney.civ@mail.mil).
- Subject Line: "RFI Response for DCSA CPOC HS002126RE015".
- Format: Unlocked .pdf, 12-point font or larger. Submissions should be unclassified and clearly mark proprietary information.
Additional Notes
This is a Request for Information (RFI) only for planning purposes and does not constitute a Request for Proposal (RFP) or a commitment by the Government to award a contract. All costs incurred in responding are at the vendor's expense. No feedback will be provided on submissions.