RFI: Design-Build Tier 2 Mobile Command Post (MCPV) Gooseneck Trailer Systems with Integrated C4 Capabilities
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 Justice, Federal Bureau of Investigation (FBI) is conducting market research through a Request for Information (RFI) to identify qualified vendors for Design-Build Tier 2 Mobile Command Post Vehicle (MCPV) Gooseneck Trailer Systems with integrated Command, Control, Communications, and Computing (C4) capabilities. This effort anticipates a future Indefinite Delivery/Indefinite Quantity (IDIQ) contract. There is no set-aside specified for this RFI. Responses are due by April 30, 2026.
Purpose & Scope
The Government seeks design-build solutions for rapidly deployable, self-contained MCPV Trailer systems to support mission-critical operations. These systems must integrate advanced communications (satellite, RF, cellular), onboard power generation, and configurable workspace for 15-20 workstations. The RFI aims to gather industry input on technical capabilities, innovative design, integration, production capacity, lifecycle sustainment, and recommended contract structures, emphasizing modularity, scalability, interoperability, and long-term maintainability.
Key Requirements (from Draft PWS)
- C4 Capabilities: Secure, resilient C4 across classified and unclassified environments.
- Capacity: Support 15-20 simultaneous workstations.
- Mobility: Road-legal across CONUS, compatible with Class 4 prime hauler, self-leveling/stabilization.
- Deployment: Rapid setup (target ≤ 30 minutes), operational availability ≥ 95%.
- Power: Diesel generator supporting 100% mission load + 20% reserve, ≥ 72 hours continuous operation.
- Communications: Multi-band, multi-path (Satellite, Cellular, RF) for voice, video, data.
- Environment: Operational in all North American climates, noise ≤ 60 dB, ergonomic interior.
- Safety/Security: Fire/CO detection, emergency lighting, controlled access, intrusion detection, 360° surveillance.
- Durability: Minimum 15-year service life, ISO 9001 Certification, specific warranties (Electrical: 5 yrs, Structural: 10 yrs, Materials/Workmanship: 5 yrs).
Requested Information from Vendors
Respondents should provide company information, a capability statement, a conceptual technical approach, feedback on the performance-based acquisition approach (SOO/PWS), Rough Order of Magnitude (ROM) for a single unit, schedule estimates, and industry feedback on risks and supply chain.
Contract & Timeline
- Type: Request for Information (RFI) / Market Research
- Anticipated Contract Type: Indefinite Delivery/Indefinite Quantity (IDIQ)
- Set-Aside: None specified
- Response Due: April 30, 2026
- Published: April 13, 2026
Submission Details
Responses are limited to 15-20 pages, must be submitted electronically in PDF format, and clearly identify the RFI title in the subject line. The point of contact is Melissa Golicz (mgolicz@fbi.gov).
Additional Notes
This RFI is for information and planning purposes only and does not constitute a solicitation or commitment to award a contract. The Government will not reimburse respondents for any costs incurred.