Request for Information - Professional and Advisory Services
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 Commerce (DOC), specifically the Bureau of Industry and Security (BIS) and its Office of Information and Communications Technology and Services (OICTS) Compliance and Adjudication Division (CAD), has issued a Request for Information (RFI) for Professional and Advisory Services. This RFI seeks industry input to develop a potential solicitation for contractor support to enable OICTS/CAD to meet its mission as a national security-focused regulator. Responses are due Monday, May 11, 2026, at 2:00 PM Eastern Time.
Purpose & Scope
OICTS is responsible for safeguarding U.S. national security by regulating, investigating, and enforcing Information and Communications Technology and Services (ICTS) transactions that may pose risks. The RFI outlines a need for on-site contractor personnel, management, and expertise to support numerous core functions. The draft Statement of Objectives (SOO) details requirements for consistent, professional, and outcomes-based services.
Key Services & Tasks
Contractor support will cover:
- Investigations and Research: Managing investigations, identifying entities for action, developing subpoena questions, analyzing intelligence, and researching adversary ICTS activities. TS/SCI security clearance is required for these tasks.
- Authorizations and Monitoring: Establishing due diligence processes, granting specific authorizations, issuing advisory opinions, designing mitigation terms, and conducting monitoring and inspection programs.
- Enforcement Targeting: Continuous vetting of regulated entities, producing analytical products, and interagency partnerships.
- Adjudication and Advisory Solutions: Developing mitigation agreements, drafting regulations, reviewing penalty frameworks, and providing cross-division advisory support. The anticipated period of performance is one base year and four one-year option periods, primarily at DOC headquarters in Washington, D.C.
Information Requested from Industry
Respondents should provide capability statements addressing:
- Ability to fulfill the draft SOO requirements.
- Suggestions for performance measures, pricing structures, and contract types (including Firm-Fixed-Price portions).
- Identification of significant risks to contractor performance.
- Suggestions for future solicitation content and assessment of SOO sufficiency.
- List of Federal Supply Schedule (FSS) contracts or other government-wide ordering vehicles.
- Details of successful past efforts providing similar solutions, including client, contract number, type, period, value, and contacts.
- Vendor details: company name, address, UEI, CAGE code, clearance level, NAICS, business size, and interest (prime/sub).
Contract & Timeline
- Type: Sources Sought / Request for Information (RFI)
- Set-Aside: None specified
- Response Due: May 11, 2026, 2:00 PM ET
- Published: April 30, 2026
- Place of Performance: Washington, D.C.
Submission Details
Responses are limited to 10 pages (excluding cover page) and should be emailed to Jameka Anderson (janderson1@doc.gov) with the subject line "Insert Respondent Name_Response to BIS Professional Services/Advisory & Assistance Services". Respondents should avoid including proprietary, classified, or sensitive information, as the government may use non-proprietary technical information in future solicitations. Responses are voluntary, and costs will not be reimbursed.