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) services related to Federal Background Investigations. This RFI is for planning purposes to identify potential sources capable of providing these services. Responses are due by Monday, March 2, 2026, at 1600 Eastern. This is a Total Small Business Set-Aside opportunity.
Purpose
This RFI, in accordance with FAR 15.201(e), is solely for market research and planning. It aims to identify interested and capable business sources for CPOC services supporting DCSA's personnel security and Federal background investigation mission. Responses are not offers and cannot form a binding contract. Future solicitations will be subject to DFARS subpart 204.75 "Cybersecurity Maturity Model Certification (CMMC)" requirements.
Scope of Work
The anticipated services include providing all personnel, equipment, supplies, and supervision for CPOC operations. Key areas of support are:
- 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 and user acceptance testing (e.g., Trusted Workforce 2.0).
Performance will be measured by quality and timeliness, with work primarily performed at Boyers, Pennsylvania, St. Louis, Missouri, or other approved locations.
Information Requested from Vendors
Respondents should provide:
- 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: Addressing corporate experience, capacity, volume/scalability, technical approach (Initial/Continuous Vetting, innovation, quality), program management/staffing (for ~900+ FTEs, workload fluctuation, phase-in), and innovation/transformation (understanding of TW 2.0, IT system transition).
Contract & Timeline
- Contract Opportunity Type: Sources Sought (RFI)
- Anticipated Contract Type: Firm Fixed Price (FFP) Indefinite Delivery Indefinite Quantity (IDIQ)
- Anticipated Award: FY26 Q4
- Duration: 5-year base period with an optional 6-month extension (for IDIQ); Task Orders up to 12-month base plus options.
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- Response Due: March 2, 2026, at 1600 Eastern
- Published: February 25, 2026
Special Requirements & Submission Details
- Security: Contractor personnel require favorably adjudicated background investigations (Tier 3-5).
- Quality Control: Contractors must maintain an effective QCP.
- Personnel: Key personnel include Program Manager, IT Manager, and Quality Control Manager.
- Organizational Conflict of Interest (OCI): Restrictions apply for contractors with existing DCSA investigative contracts.
- Submission: Responses must be in an unlocked .pdf format, 12-point font or larger, unclassified, and emailed to Terrie Rodriguez (terrie.m.rodriguez.civ@mail.mil) and Chad Roney (chad.m.roney.civ@mail.mil). The subject line must be: "RFI Response for DCSA CPOC HS002126RE015". Proprietary information should be clearly marked.