Specialized OSINT Tools IDIQ
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 Federal Bureau of Investigation (FBI) is soliciting proposals for a Multiple-Award Indefinite Delivery/Indefinite Quantity (IDIQ) contract for Specialized Open-Source Intelligence (OSINT) Tools. This Total Small Business Set-Aside opportunity seeks Software as a Service (SaaS) solutions to equip FBI users with advanced capabilities for investigating and analyzing Publicly Available Information (PAI) and Commercially Available Data (CAI). Proposals are due May 1, 2026, at 2:00 PM ET.
Scope of Work
The FBI Directorate of Intelligence (DI) requires cutting-edge OSINT tools to support lawful research and analysis of threat-related data. The IDIQ will cover eleven (11) distinct categories (CLINs) of specialized tools, including Financial/Banking Information, Deep/Dark Web, US/International Business Data, Vehicle History, Historical Internet Data, Terrorism Related Information, Image/Video Information, Identity Records, and Property/Land Records. CLIN 3 (Digital Asset Information) has been removed from the solicitation. Contractors must provide SaaS solutions with robust analytics, user-friendly Graphical User Interfaces (GUI), 24/7 system availability and helpdesk support, comprehensive security measures (FedRAMP Moderate preferred), 508 compliance, and data export capabilities. Tools must ensure anonymity for FBI searches and exclude Advertising Technology (AdTech), Mobile Advertising IDs (MAIDs), and Facial Recognition capabilities. The requirement is for existing SaaS tools, not custom development.
Contract Details
- Contract Type: Multiple-Award Indefinite Delivery/Indefinite Quantity (IDIQ)
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- NAICS Code: 513210 (Software Publishers) with a $47 million size standard.
- Period of Performance: A base year, four (4) 12-month option periods, and a 6-month extension.
- Minimum Guarantee: $500 per contract year for each awardee.
- Place of Performance: Online, accessible via the open internet to FBI users globally.
Submission & Evaluation
- Proposal Due Date: May 1, 2026, at 2:00 PM ET.
- Submission Method: Via email to Contract Specialist Joe Spatafore (jspatafore@fbi.gov).
- Proposal Structure: Proposals must be submitted for each CLIN an offeror wishes to bid on, organized into three volumes:
- Volume 1: Company Data (1 page limit)
- Volume II: Technical Approach (9 pages limit per CLIN)
- Volume III: Price (3 pages limit for summary/narrative, plus the Pricing Template).
- Evaluation: Best-value "trade-off" approach, considering Company Data Validation (Pass/Fail), Technical Approach (more important), and Price (less important). Proposals must remain valid for 120 days. A pre-award Product Risk Assessment (PRA) is a suitability assessment, not an evaluation factor.
Important Notes
The government will select a maximum of two tools per CLIN. Small business OEMs can bid directly. All personnel accessing FBI data must be U.S. Persons located in the U.S. Pricing must be submitted for a minimum of three (3) of the four license tiers per CLIN, adhering to the provided template.