DRAFT Request of Proposal for Case Processing Operations Center 2.0
SOL #: HS002126RE015Solicitation
Overview
Buyer
DEPT OF DEFENSE
Defense Counterintelligence And Security Agency (Dcsa)
DEFENSE CI AND SECURITY AGENCY
QUANTICO, VA, 22134, United States
Place of Performance
Boyers, PA
NAICS
Investigation and Personal Background Check Services (561611)
PSC
Other Professional Services (R499)
Set Aside
Total Small Business Set-Aside (FAR 19.5) (SBA)
Original Source
Timeline
1
Posted
Feb 13, 2026
2
Last Updated
Mar 26, 2026
3
Submission Deadline
Mar 30, 2026, 4:00 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 Defense Counterintelligence and Security Agency (DCSA) has released a DRAFT Request for Proposal (RFP) for Case Processing Operations Center (CPOC) 2.0 services. This opportunity is a Total Small Business Set-Aside and seeks support for personnel security and Federal background investigations. Industry feedback on the DRAFT RFP is requested by March 30, 2026, at 1200 EDT.
Purpose & Scope
This DRAFT RFP outlines requirements for CPOC services critical to DCSA's mission. The contractor will provide all necessary personnel, equipment, and resources to perform services including:
- Telephone and Switchboard Services
- Case Processing: Application Ingestion, Case Maintenance, Item Level Processing, Post Closing
- Expedited Work Fulfillment
- Continuous Vetting Support
- Program Management
- Support for future IT system implementation (training, user acceptance testing, program management), adapting to iterative policy changes like Trusted Workforce 2.0.
Contract Details & Requirements
- Contract Type: Anticipated as an Indefinite Delivery Indefinite Quantity (IDIQ) with Firm Fixed-Price Task Orders.
- Period of Performance: The IDIQ is expected to have a five-year base period plus an optional six-month extension. Task Orders may have up to a 12-month base period plus options.
- Place of Performance: Primarily Boyers, PA, St. Louis, MO, or other approved locations.
- Set-Aside: Total Small Business Set-Aside (FAR 19.5).
- NAICS Code: 561611 (Investigation & Personal Background Check Services) with a $25 Million size standard.
- Product Service Code: R499 (Other Professional Services).
- Security: Contractor personnel require favorably adjudicated background investigations (Tier 3 to Tier 5). CMMC Level 1 (Self-Certify) is a condition of eligibility.
- Key Personnel: Includes Program Manager, IT Manager, and Quality Control Manager with specific experience requirements.
- Quality Control: Contractors must maintain an effective quality control program and submit an initial Quality Control Plan (QCP).
Key Dates & Submission
- DRAFT RFP Feedback Due: Monday, March 30, 2026, at 1200 EDT.
- Submission Method: Questions and comments must be submitted using Attachment 9_Industry_Feedback_Form to Terrie Rodriguez (terrie.m.rodriguez.civ@mail.mil) and Chad Roney (chad.m.roney.civ@mail.mil).
- Reading Room: Registration is open; review Attachments 8, 8a, and 8b for details.
- Restricted Attachments: Contact Terrie Rodriguez or Chad Roney with your company CAGE code to gain access in the Procurement Integrated Enterprise Environment (PIEE) Solicitation Module.
Contact Information
- Primary: Terrie Rodriguez (terrie.m.rodriguez.civ@mail.mil)
- Secondary: Chad Roney (chad.m.roney.civ@mail.mil)
People
Points of Contact
Terrie RodriguezPRIMARY
Chad RoneySECONDARY