Request for Information: Information Assurance Compliance Support Services

SOL #: 70RSAT26RFI000009Special Notice

Overview

Buyer

Homeland Security
Office Of Procurement Operations

Place of Performance

Springfield, VA

NAICS

Computer Systems Design Services (541512)

PSC

Support Services Focused On Supporting Security Policies/Controls, Processes, Measuring Compliance Of Relevant Legal/Compliance Requirements, To Include Section 508, And Responding To Security Breaches. Also Provides Support For It Security Systems Providing Continuous Diagnostics And Mitigation (Cdm) For Real Time Cyber Security And Protection Such As Vulnerability Scanning, Managing Firewalls, Intrusion Prevention Systems, And Security Information And Event Management (Siem). Includes Disaster Recovery (Dr) Services To Support Dr Policy, Process And Means, Dedicated Failover Facilities And Perform Dr Testing. (DJ01)

Set Aside

No set aside specified

Timeline

1
Posted
Jan 23, 2026
2
Last Updated
Feb 12, 2026
3
Action Date
Feb 17, 2026, 3:00 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 Department of Homeland Security (DHS), Science and Technology (S&T) Directorate, has issued a Request for Information (RFI) for Information Assurance Compliance Support Services for FY26. This RFI is for market research and planning purposes only, seeking industry capabilities for a potential future contract to support S&T's IT systems, primarily in Springfield, VA. Responses are due by February 17, 2026, at 10:00 a.m. EST.

Purpose & Scope

DHS S&T's Chief Information Office (CIO) requires support for Information Assurance (IA) compliance, testing, tracking, and managing cyber-related mandates (e.g., FISMA, Executive Orders, OMB memorandums) for approximately 35 IT Systems and 2500 endpoints. The scope of services, as outlined in the draft Statement of Work, includes:

  • Program Management Support: Transition planning, resource management, quality assurance, and risk management.
  • Compliance Services: POA&M process oversight, system security reporting validation, inventory maintenance, IT security policy development, Security Assessment and Authorization (A&A) support per NIST SP 800-37, and vulnerability evaluation.
  • ISSO/ISSM Services: Ensuring compliance, tracking A&A processes, continuous monitoring, and security documentation.
  • Security Operations Center (SOC) Services: 24x7x365 monitoring, incident triage, technical investigations, and vulnerability management.
  • Zero Trust Architecture (ZTA) Services: Implementation, modernization, and program support for DHS's ZTA Strategic Plan.

Information Requested

Respondents should address their capabilities and experience in:

  • Implementing FedRAMP baselines for cloud systems (NIST SP 800-53, 800-37).
  • Identifying skills and qualifications for Information System Security Manager (ISSM) and Zero Trust/Security Operations (SOC) personnel.
  • Supporting Zero Trust Framework implementation in federal environments.
  • Developing performance metrics and reporting for cyber mandates.
  • Implementing emerging technologies and continuous improvement in cybersecurity programs.
  • Managing a Project Management Office (PMO) Level III.

Contract & Timeline

  • Type: Request for Information (RFI) – This is not a solicitation.
  • Anticipated Period of Performance (for future contract): 5 years (July 1, 2026 - June 30, 2031).
  • Set-Aside: None specified (market research stage).
  • Response Due: February 17, 2026, 10:00 a.m. EST.
  • Published: February 4, 2026.

Submission Requirements

Responses are limited to eight (8) pages, including a cover letter. Submissions must use Microsoft Office applications with 12-point Times New Roman font. The cover letter should include company information, socio-economic status, recommended NAICS code, points of contact, and answers to the six questions. Respondents should also identify interest in prime/subcontracting roles and existing Best-in-Class (BIC) vehicles.

Additional Notes

This RFI is for planning purposes only and does not guarantee a solicitation. The Government may hold an Industry Day and one-on-one meetings. Previous related work includes a BPA with SiloSmashers, Inc. and a Task Order with APF Technology, LLC. A future contract may require personnel with Top Secret/SCI clearance.

People

Points of Contact

Marco MacherelliSECONDARY

Files

Files

Download
Download

Versions

Version 3
Special Notice
Posted: Feb 12, 2026
View
Version 2Viewing
Special Notice
Posted: Feb 4, 2026
Version 1
Special Notice
Posted: Jan 23, 2026
View