Request of Proposal for 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 Proposal (RFP) for Case Processing Operations Center (CPOC) 2.0 services. This opportunity is a Total Small Business Set-Aside and seeks to secure essential services for personnel security and Federal background investigations. Proposals are due by Monday, May 08, 2026, at 10:00 a.m. EDT.
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.
Work will be performed at Boyers, Pennsylvania, St. Louis, Missouri, or other approved locations.
Contract & Timeline
- Contract Type: Firm Fixed-Price (FFP) Indefinite Delivery Indefinite Quantity (IDIQ)
- Duration: Five-year base period with an optional six-month extension. Task Orders may have up to a 12-month base period plus options.
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- NAICS Code: 561611, Investigation & Personal Background Check Services ($25 Million size standard)
- PSC Code: R499, Other Professional Services
- Questions Due: Wednesday, April 15, 2026, at 1:00 p.m. EDT (via Attachment 9_Industry_Feedback_Form)
- Reading Room Registration: April 08 - April 30, 2026 (8:00 a.m. - 3:00 p.m. EDT)
- Proposals Due: Monday, May 08, 2026, at 10:00 a.m. EDT
- Published Date: April 07, 2026
Performance Standards & Special Requirements
Performance will be measured on quality and timeliness, with specific ratings and potential incentives/disincentives. Key requirements include:
- Security: Contractor personnel require favorably adjudicated background investigations (Tier 3-5).
- Quality Control: Contractors must maintain an effective Quality Control Program (QCP).
- Key Personnel: Program Manager, IT Manager, and Quality Control Manager with specific qualifications.
- Reporting: Labor hours via SAM.gov and various deliverables.
- CMMC Level 1 (Self-Certify) is applicable and a condition of eligibility.
- Organizational Conflict of Interest (OCI) restrictions apply.
Additional Notes
Attachment 02 - CPOC Technical Exhibits A is restricted. Companies must contact Terrie Rodriguez (terrie.m.rodriguez.civ@mail.mil) or Chad Roney (chad.m.roney.civ@mail.mil) with their CAGE code to gain access via the PIEE Solicitation Module.