Request for Information DC3 Technical, Analytical, and Business Operations (TABO)
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 Department of the Air Force is seeking information for Technical, Analytical, and Business Operations (TABO) support for the Department of Defense (DoD) Cyber Crime Center (DC3). This Request for Information (RFI) Amendment 2 provides answers to vendor questions and clarifies submission requirements for capability statements. The RFI covers five distinct areas of support for various DC3 Directorates. Responses are due by January 27, 2026.
Purpose & Scope
This RFI aims to identify qualified contractors capable of providing comprehensive support across five key directorates within DC3. The overall objective is to enhance the cybersecurity posture and operational effectiveness of the Department of War (DoW) and the Defense Industrial Base (DIB). The five areas of support, detailed in separate draft Performance Work Statements (PWSs), include:
- Operations Enablement Directorate (OED) & Cyber Forensics Laboratory (CFL): Operational, analytical, technical, and forensic support, including digital evidence management and cyber intelligence.
- Vulnerability Disclosure Program (VDP) & Defense Industrial Base Collaborative Information Sharing Environment (DCISE): Vulnerability management, cyber threat analysis, and incident response.
- Information Technology (XT), Chief Information Officer (CIO), & Cybersecurity (CS) Directorates: Enterprise IT and cybersecurity initiatives, DevSecOps, cloud infrastructure, AI/ML, and SOC operations.
- Enterprise Management & Resources (ER) Directorate: Analytical, technical, and administrative services for strategic planning, program analysis, public affairs, and organizational development.
- Security, Human Resources (HR), & Judge Advocate (JA) Directorates: Support for personnel and physical security, HR operations, and legal advisory/digital evidence expertise.
Key Details & Requirements
- Contract Type: The government plans to use a single IDIQ/Firm Fixed Price (FFP) contract, though the final decision on single vs. multiple awards will be specified in the future solicitation.
- Period of Performance: Anticipated 12-month base period and four (4) 12-month option periods for each PWS.
- Place of Performance: Primarily 911 Elkridge Landing Road, Linthicum Heights, MD 21090.
- Personnel: Requires a highly skilled, TS/SCI-eligible workforce. Key personnel, including Program Managers, may require PMP certification.
- Capability Statements: Vendors must address all five draft PWSs. Teaming arrangements should be detailed. Submissions are limited to 25 pages total, consolidated into Part A (IDIQ Management & Corporate Capability) and Part B (PWS Technical Capability Summaries). Past performance examples should be mapped to specific PWSs.
Timeline & Incumbent
- RFI Response Due: January 27, 2026, 7:00 PM Z.
- RFP Release (Projected): Mid-June 2026.
- Award Date (Anticipated): February 2027.
- Incumbent Contractor: Peraton Enterprise Solutions, LLC.
Contact Information
- Primary: Ulrike Powell (ulrike.powell@us.af.mil)
- Secondary: Christopher Keal (christopher.keal@us.af.mil)