Specialized OSINT Tools IDIQ

SOL #: RFP-002132Solicitation

Overview

Buyer

Justice
Federal Bureau Of Investigation
FBI-JEH
WASHINGTON, DC, 20535, United States

Place of Performance

Washington, DC

NAICS

Software Publishers (513210)

PSC

No PSC code specified

Set Aside

No set aside specified

Timeline

1
Posted
Mar 20, 2026
2
Last Updated
Mar 27, 2026
3
Submission Deadline
Apr 17, 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 Federal Bureau of Investigation (FBI), under the Department of Justice, is soliciting proposals for a Multiple-Award Indefinite Delivery/Indefinite Quantity (IDIQ) contract for Specialized Open-Source Intelligence (OSINT) Tools. This opportunity targets small business authorized resellers to provide Software as a Service (SaaS) tools for investigating Publicly Available Information (PAI) and Commercially Available Data (CAI). Proposals are due April 17, 2026, at 12:00 PM ET.

Purpose & Scope

The FBI's Directorate of Intelligence (DI) requires new and cutting-edge OSINT capabilities to support its Social Media Program (SOMEP). These tools will assist Headquarters Divisions and Field Offices in conducting lawful research and analysis of threat-related data from the internet and virtual mediums. The contract covers 11 categories (Contract Line Item Numbers - CLINs) of specialized OSINT 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 scope. The FBI intends to select a maximum of two tools per CLIN.

Contract Details

This is a Multiple-Award IDIQ contract with a minimum guarantee of $500 per contract year for each awardee. The period of performance includes a base year, four 12-month option periods, and a 6-month extension. All tools must be delivered as Software as a Service (SaaS), accessible via commercial web browsers, and available to FBI users on Bureau-owned devices from various locations, including FBI Headquarters, Field Offices, and Legal Attaché Offices. Contractors must be U.S.-based companies or subsidiaries and qualify as small businesses.

Submission & Evaluation

Proposals are due by April 17, 2026, at 12:00 PM ET and must be submitted via email to Joe Spatafore (jspatafore@fbi.gov). The proposal should be organized into three volumes: Volume 1 (Company Data, 1 page limit), Volume 2 (Technical Approach, 9 pages limit), and Volume 3 (Price, 3 pages limit for narrative, plus the Pricing Template). Evaluation will use a best-value "trade-off" approach, with the Technical Approach being more important than Price. Company Data will be evaluated on a Pass/Fail basis. Proposals must remain valid for 120 days.

Key Requirements & Performance Standards

Contractors must provide robust analytics, user-friendly Graphical User Interfaces (GUI), comprehensive system security (including FedRAMP certification at a moderate impact level and 256-bit encryption), 508 compliance, and data export capabilities. Tools must ensure 24/7 system availability and reliability, offer a 24/7 helpdesk, and provide training materials. Anonymity of searches for FBI personnel is required. Preferred capabilities include AI, foreign language translation, geospatial search, and collaboration features. Advertising Technology (AdTech), Mobile Advertising IDs (MAIDs), and Facial Recognition capabilities are excluded or must be turned off.

Important Notes

Questions regarding the solicitation were due by March 25, 2026, at 2:00 PM ET, submitted via email using the provided template. Answers will be posted on SAM.gov. A Security Review and Product Risk Assessment (PRA) are required pre-award. The Government reserves the right to conduct on-ramp and off-ramp competitions.

People

Points of Contact

Joe SpataforePRIMARY
Harriett WilliamsSECONDARY

Files

Files

Download
Download
Download
Download
Download
Download

Versions

Version 4
Solicitation
Posted: Mar 27, 2026
View
Version 3Viewing
Solicitation
Posted: Mar 25, 2026
Version 2
Solicitation
Posted: Mar 24, 2026
View
Version 1
Solicitation
Posted: Mar 20, 2026
View