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) has issued a Request for Information (RFI) for Case Processing Operations Center (CPOC) 2.0 services. This Total Small Business Set-Aside seeks capable sources for federal background investigation support. Responses are due by February 27, 2026, at 7:00 PM ET.
Purpose
This RFI is for market research and planning purposes only, not a solicitation for offers. DCSA aims to identify potential business sources interested in and capable of providing comprehensive case processing operation center services for Federal Background Investigations, managed by DCSA’s Personnel Vetting. Future solicitations related to this effort will be subject to DFARS subpart 204.75 "Cybersecurity Maturity Model Certification (CMMC)," with the required CMMC level specified in the solicitation.
Scope of Work
The anticipated scope requires the contractor to provide all personnel, equipment, supplies, and supervision necessary for 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, including training, user acceptance testing, and program management, adapting to iterative policy and process changes like Trusted Workforce 2.0. Performance will be measured based on quality and timeliness, with quarterly inspections and a Contractor Performance Reporting Application (CPRA).
Anticipated Contract Details
- Type: Anticipated Firm Fixed Price (FFP) contract, likely an Indefinite Delivery Indefinite Quantity (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.
- Anticipated Award: FY26 Q4
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- Place of Performance: Primarily Boyers, Pennsylvania, and St. Louis, Missouri, or alternate approved locations.
Information Requested from Vendors
DCSA requests comprehensive capability statements addressing:
- Company Information: Name, Address, CAGE Code, UEI, POC details.
- Interest: Statement of priming interest or teaming/subcontracting strategy.
- Business Size & Status: Small Business, 8(a), HUBZone, SDVOSB, WOSB, Large Business status.
- Capability Statement: Covering corporate experience and capacity (similar scale/complexity, past performance), volume and scalability (managing large volumes, handling surges), technical approach (Initial Vetting, Continuous Vetting, Innovation), and program management/staffing (for ~900+ FTEs, recruitment, training, retention, workload fluctuation, phase-in plan).
- Innovation and Transformation: Understanding of Trusted Workforce 2.0 and IT system transition experience.
Submission Instructions & Deadlines
Responses are due via email to Terrie Rodriguez (terrie.m.rodriguez.civ@mail.mil) and Chad Roney (chad.m.roney.civ@mail.mil) by February 27, 2026, at 7:00 PM ET. The subject line must be "RFI Response for DCSA CPOC HS002126RE015". Submissions must be in an unlocked .pdf format, 12-point font or larger, unclassified, and clearly mark any proprietary information.