Request for Information: Case Processing Operations Center 2.0

SOL #: HS002126RE015Sources Sought

Overview

Buyer

DEPT OF DEFENSE
Defense Counterintelligence And Security Agency (Dcsa)
DEFENSE CI AND SECURITY AGENCY
QUANTICO, VA, 22134, United States

Place of Performance

Boyers, PA

NAICS

Investigation and Personal Background Check Services (561611)

PSC

Other Professional Services (R499)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)

Timeline

1
Posted
Feb 13, 2026
2
Last Updated
Mar 5, 2026
3
Response Deadline
Feb 27, 2026, 7:00 PM

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.

People

Points of Contact

Terrie RodriguezPRIMARY
Chad RoneySECONDARY

Files

Files

No files attached to this opportunity

Versions

Version 4
Pre-Solicitation
Posted: Mar 5, 2026
View
Version 3
Sources Sought
Posted: Feb 25, 2026
View
Version 2
Sources Sought
Posted: Feb 18, 2026
View
Version 1Viewing
Sources Sought
Posted: Feb 13, 2026