RFI Amendment 1: Request for Information DC3 Technical, Analytical, and Business Operations (TABO)
ID: FA701427DXXXXType: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA7014 AFDW PKANDREWS AFB, MD, 20762-6604, USA

NAICS

Computer Systems Design Services (541512)

PSC

IT AND TELECOM - DATA CENTER SUPPORT SERVICES (LABOR) (DC01)

Set Aside

No Set aside used (NONE)
Timeline
    Description

    The Department of Defense, specifically the Department of the Air Force, is seeking information regarding contractor services to support the Cyber Crime Center (DC3) through a Request for Information (RFI) titled "DC3 Technical, Analytical, and Business Operations (TABO)." The procurement aims to enhance DC3's mission by providing comprehensive operational, analytical, technical, forensic, and program management support across various directorates, including the Operations Enablement Directorate and Cyber Forensic Laboratory, with a focus on cybersecurity and law enforcement. This initiative is critical for bolstering national-level cyber operations and ensuring compliance with stringent standards such as ISO 17025. Interested parties can reach out to Ulrike Powell at ulrike.powell@us.af.mil or Christopher Keal at christopher.keal@us.af.mil for further details, as the opportunity does not have a set-aside code and is open for submissions without a specified funding amount or deadline.

    Files
    Title
    Posted
    This Performance Work Statement (PWS) outlines contractor services for the Department of Defense Cyber Crime Center (DC3) Operations Enablement Directorate (OED) and Cyber Forensic Laboratory (CFL). The contract aims to provide comprehensive operational, analytical, technical, forensic, and program management support. Key tasks include managing the CADO-IS enterprise architecture, supporting Automated Data Obfuscation, enhancing the Sensor Program, integrating new technologies, providing media submission and production support, all-source cyber analysis, knowledge management, external engagement, requirements assessments, OED surge support, CFL intake, data imaging and extraction, examination support, evidence custodial support, quality assurance, training development, and overall program management. The PWS details performance objectives, thresholds, and deliverables, emphasizing strict compliance with DoD policies, USIC standards, and ISO 17025 accreditation.
    The Performance Work Statement (PWS) outlines contractor services for the Department of Defense Cyber Crime Center (DC3) Vulnerability Disclosure Program (VDP) and Defense Industrial Base Collaborative Information Sharing Environment (DCISE) Directorates. The contractor will provide personnel and services for vulnerability disclosure, cyber intelligence, analytical production, training, and mission partner engagement. Key tasks include vulnerability report intake, validation, triage, system owner identification, report analysis, integration, dissemination, communication, mitigation, incident and threat response, data management, program management, outreach, and technology management. The PWS details deliverables, performance thresholds, and general information such as the period of performance, place of performance, and key personnel qualifications. The overall goal is to enhance the DoD's cyber defense and protect Defense Industrial Base (DIB) information.
    This Performance Work Statement (PWS) outlines the requirements for contractor services to support the Department of Defense Cyber Crime Center's (DC3) Information Technology (XT), Chief Information Officer (CIO) Directorate, and Cybersecurity (CS) Directorate. The scope includes comprehensive IT infrastructure management, maintenance, and security, with a focus on protecting against cyber threats at DC3 facilities in Linthicum Heights, MD. Key tasks cover strategy support, project planning, DevSecOps implementation, global hybrid cloud/infrastructure development, data management and business intelligence, artificial intelligence/machine learning initiatives, 12x5 operational support, research and development, cybersecurity, and program management. The contractor must provide skilled personnel and adhere to stringent operational and security requirements, including compliance with federal regulations like FISMA. Deliverables range from strategic communication plans to vulnerability reports and program management documentation, with defined performance thresholds for critical mission essential items.
    This Performance Work Statement (PWS) outlines contractor services for the Department of Defense Cyber Crime Center (DC3) Enterprise Management and Resources (ER) and Plans and Policy (XE) Directorates. The contractor will provide analytical, technical, and administrative support across 13 tasks, including program and contract management, financial management, logistics, strategic planning, policy development, technology transfer, organizational development, public affairs, executive communication, strategic engagement, and overall program management. Key personnel with specific qualifications are required. The PWS details performance objectives, thresholds, and deliverables, emphasizing accurate data analysis, timely reporting, and adherence to government standards to enhance DC3’s operational effectiveness and strategic alignment. The contract includes phased transition-in and transition-out support.
    This Performance Work Statement (PWS) outlines contractor services for the Department of Defense Cyber Crime Center (DC3) Security, Human Resources (HR), and Judge Advocate (JA) Directorates. The scope includes providing highly qualified personnel for vulnerability disclosure services at DC3 facilities in Linthicum Heights, MD. Key tasks cover personnel clearance processing, physical security, Sensitive Compartmented Information Facilities (SCIF) operations, security programs, continuity of operations, surveys and assessments, comprehensive training, manpower and position management, administrative support, legal advisory and litigation support, digital evidence, knowledge management, customer service, and overall program management. The PWS emphasizes compliance with DoD and Air Force regulations, requiring a TS/SCI-eligible workforce for critical mission support.
    This Performance Work Statement (PWS) outlines the requirements for contractor services to support the Department of Defense Cyber Crime Center (DC3) Operations Enablement Directorate (OED) and Cyber Forensic Laboratory (CFL). The contract aims to provide comprehensive operational, analytical, technical, forensic, and program management support to enhance DC3’s mission in cybersecurity, law enforcement, and national-level cyber operations. Key tasks include managing the Collect, Analyze, Disseminate, Operationalize-Integrated Solution (CADO-IS), supporting Automated Data Obfuscation (ADO), maintaining the Enhanced Sensor System (ENSITE), integrating new technologies, media submission and production support, all-source cyber analysis, knowledge management, external engagement, requirements and capabilities assessments, and OED surge support. For CFL, support includes intake, data imaging and extraction, examination, evidence custodial support, quality assurance, and training development. Program management, including risk management, communication, and personnel oversight, is a shared responsibility. The PWS details performance objectives, thresholds, and deliverables, emphasizing strict compliance with standards like ISO 17025 and DoW policies, requiring a TS/SCI-eligible workforce for effective mission execution.
    The Department of Defense Cyber Crime Center (DC3) seeks contractor services for its Vulnerability Disclosure Program (VDP) and Defense Industrial Base Collaborative Sharing Environment (DCISE). This Performance Work Statement (PWS) outlines tasks for the contractor to provide vulnerability disclosure, cyber intelligence, analytical production, training, and information sharing services. Key tasks include vulnerability report intake, validation, triage, system owner engagement, report analysis, integration, dissemination, communication, mitigation, reporting, analysis, incident and threat response, report and product generation, data management, program management, process improvement, outreach, and technology management. The contractor must provide skilled personnel with TS/SCI clearance eligibility, manage program oversight, risk, communications, and deliver various reports. The contract includes a 12-month base period and four 12-month option periods, with performance at DC3 facilities in Linthicum Heights, MD.
    The Department of Defense Cyber Crime Center (DC3) requires comprehensive contractor services for its Information Technology (XT), Chief Information Officer (CIO), and Cybersecurity (CS) Directorates. This Performance Work Statement (PWS) outlines tasks including strategy support, project planning, DevSecOps, global hybrid cloud/infrastructure development, data management, AI/ML initiatives, operational support, research and development, and cybersecurity. The contractor will provide personnel, equipment, materials, and services to manage, maintain, and secure DC3's IT infrastructure, protect against cyber threats, and ensure compliance with federal regulations. Key performance objectives include reliable business intelligence, robust database administration, continuous access to software licenses, secure endpoint management, proactive vulnerability identification, and a 24/7 Security Operations Center. The contract emphasizes detailed program management, risk management, and communication protocols, with specific deliverables and timelines to ensure mission success at DC3 facilities in Linthicum Heights, MD.
    This Performance Work Statement outlines the requirements for contractor services supporting the Department of Defense Cyber Crime Center's (DC3) Enterprise Management and Resources (ER) and Plans and Policy (XE) Directorates. The contractor will provide analytical, technical, and administrative services across 13 tasks, including program and contract management, financial management, logistics, strategic planning, policy development, technology transfer, organizational development, public affairs, executive communication, and strategic engagement. The services aim to enhance operational effectiveness, resource management, strategic alignment, and informed decision-making for DC3's mission. Key personnel with specific qualifications are required, and the contract includes detailed plans for program oversight, risk management, communication, and transition phases.
    This Performance Work Statement (PWS) outlines the requirements for contractor services supporting the Department of Defense Cyber Crime Center (DC3) Security, Human Resources (HR), and Judge Advocate (JA) Directorates. The scope includes providing vulnerability disclosure services at two DC3 buildings in Linthicum Heights, MD. The contractor will furnish personnel and services across 14 tasks, encompassing security operations (personnel clearance, physical security, SCIF operations, security programs, continuity of operations, surveys/assessments), HR functions (training, manpower/position management, administrative support), and JA functions (legal advisory, litigation support, digital evidence, knowledge management, customer service). Program management is a cross-cutting task. The PWS details performance objectives, deliverables, government-furnished property, general information, and key personnel qualifications, emphasizing a highly skilled, TS/SCI-eligible workforce for effective mission execution.
    Lifecycle
    Similar Opportunities
    Vulnerability Disclosure Program (VDP) Enterprise Management System (EMS)
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for a Vulnerability Disclosure Program (VDP) Enterprise Management System (EMS) to support its Cyber Crime Center (DC3). The procurement aims to secure a commercial solution that includes vulnerability submission workflows, researcher engagement tools, and advanced reporting capabilities for both the DoD and Defense Industrial Base (DIB) VDPs. This initiative is crucial for enhancing the security of the DoD Information Network and leveraging crowdsourced cybersecurity expertise. Proposals are due by January 9, 2026, at 1600 EST, and interested parties should direct inquiries to Phelicha Silva at phelicha.silva@us.af.mil or Ryan Amos at ryan.amos.5.ctr@us.af.mil. Please note that funding for this contract is contingent upon the availability of appropriated funds.
    Cybersecurity Support Services for Offutt AFB Defense Red Switch Network (DRSN)
    Dept Of Defense
    The Department of Defense, through the 55th Contracting Squadron at Offutt Air Force Base (AFB) in Nebraska, is seeking qualified contractors to provide cybersecurity support services for the Defense Red Switch Network (DRSN) and other Nuclear Command, Control, and Communications (NC3) systems. The primary objective is to ensure compliance with Risk Management Framework (RMF) requirements, maintain Authority to Operate (ATO) status, and keep all security-related documentation current, while providing dedicated cybersecurity expertise through Cybersecurity Specialists and Information Systems Security Officers (ISSO). This support is critical for the operational integrity of the DRSN and associated NC3 systems, which play a vital role in national security communications. Interested parties are encouraged to contact Tyler Imhoff at tyler.imhoff.1@us.af.mil or 402-294-6005 with their entity name, UEI and/or CAGE, and a Capabilities Statement, as this is a sources sought notice and not a solicitation for offers.
    Protecting Army Modernization and Supply Chains- Commercial Solutions Opening (CSO)
    Dept Of Defense
    The Department of Defense, through the Army Contracting Command, is seeking innovative solutions to enhance cybersecurity within the Defense Industrial Base (DIB) as part of the Protecting Army Modernization and Supply Chains initiative. This opportunity invites proposals for automated cybersecurity measures that comply with critical standards such as NIST controls and Cybersecurity Maturity Model Certification (CMMC), aimed at supporting small businesses in mitigating cyber threats while ensuring the protection of intellectual property and secure access. The initiative is crucial for safeguarding defense technologies and ensuring the rapid delivery of military capabilities, with submissions accepted until March 6, 2030. Interested parties can contact the Army NCODE Team at usarmy.apg.acc.mbx.dc3oe-ncode-cso@army.mil for further information.
    Defensive Cyber Operations (DCO) Hunt & Clear (HAC) 1.5
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking a contractor to provide support for Defensive Cyber Operations (DCO) through the Hunt & Clear (HAC) 1.5 initiative. This contract action is a direct award under the GSA OASIS IDIQ and aims to assist the 33rd Cyber Operations Squadron in executing its mission related to Air Force Defensive Cyberspace Operations, which is critical for supporting unified commands and their combatant commanders. The performance will take place at Joint Base San Antonio (JBSA) Lackland in Texas, and interested parties can reach out to Tara N. White at tara.white.8@us.af.mil or Kaela Bean at kaela.bean@us.af.mil for further inquiries. The contract details and funding specifics are outlined in the associated documentation.
    Request for Information for Defense Travel System and Centrally Billed Account Reconciliation Support
    Dept Of Defense
    The Department of Defense, through the Defense Health Agency (DHA), is seeking information from qualified contractors to provide non-personal services for Defense Travel System (DTS) and Centrally Billed Account (CBA) reconciliation support. The primary objective of this procurement is to ensure timely payment of monthly invoices in compliance with the Prompt Payment Act, while overseeing military and civilian travel transactions and mission-related charges. This contract, which includes a one-year base period and four one-year option periods, is critical for maintaining the integrity of travel-related financial operations within the DHA. Interested parties must submit a capability statement by January 21, 2026, to Saera Khan at saera.khan.civ@health.mil, as all submissions will become government property and no feedback will be provided.
    CDID Cyber Battle Lab Experimentation Support Services
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Mission and Installation Contracting Command (MICC) at Fort Eustis, Virginia, is seeking qualified vendors to provide Cyber Battle Lab Experimentation Support Services at Fort Gordon, Georgia. The primary objective is to assist in identifying gaps and vulnerabilities in Cyber Electromagnetic Activities through various services, including experimentation, data collection, network engineering, capability prototyping, satellite communications support, and cybersecurity. This contract is crucial for enhancing the Army's capabilities in Cyber Electromagnetic Activities and will be awarded as a Single Award Indefinite Delivery, Indefinite Quantity (SA-IDIQ) contract with a maximum ceiling of $58.3 million over a seven-year ordering period. Interested vendors must submit their responses, including capability statements and security clearance information, by January 12, 2026, at 2 p.m. EST, and can contact Ashley Johns or Hattie Brown for further details.
    Request for Information - Cyber Defense and Intelligence Support Services (CDISS)
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Immigration and Customs Enforcement (ICE), is seeking information through a Request for Information (RFI) regarding Cyber Defense and Intelligence Support Services (CDISS). The objective of this RFI is to gather insights to refine the acquisition strategy, assess potential contract vehicles, and solicit feedback on the draft Statement of Work (SOW) related to enhancing ICE's cybersecurity capabilities, including 24/7 monitoring, incident response, and compliance with federal regulations. This initiative is crucial for strengthening ICE's defenses against cybersecurity threats across a vast network of approximately 53,000 devices. Interested parties must submit their responses by January 9, 2025, at 12:00 PM Eastern Time, and can direct inquiries to Contract Specialist Justin Dudenhefer at justin.dudenhefer@ice.dhs.gov or Contracting Officer Pamela Rodgers at pamela.a.rodgers@ice.dhs.gov.
    Zero Trust Automated Threat-Based Cyber Assessment Solutions
    Dept Of Defense
    The Department of Defense, through the Washington Headquarters Services, is seeking information on automated Zero Trust Threat-Based Cyber Assessment (TBCA) solutions as part of a Request for Information (RFI). The objective is to transition from manual, compliance-based cybersecurity assessments to continuous, automated, and threat-based approaches that can emulate adversarial activities to assess Zero Trust implementations on both UNCLASSIFIED and SECRET networks. This initiative is crucial for validating adherence to the DoD Zero Trust Strategy, reducing assessment time and costs, and supporting continuous TBCA across various environments, including on-premises, cloud, and hybrid setups. Interested parties are invited to submit unclassified responses, limited to ten pages, electronically by 12 PM ET on February 10, 2026, to Leanne Condren at leanne.m.condren.civ@mail.mil.
    16th Air Force Commercial Solutions Opening
    Dept Of Defense
    The Department of Defense, specifically the 16th Air Force, is issuing a Commercial Solutions Opening (CSO) to solicit innovative solutions aimed at enhancing the Air Force Information Network (AFIN) operations and Defense Cyberspace Operations (DCO). The primary objective is to address evolving cyber threats by improving resource allocation, addressing skill gaps, and enhancing training and defensive cyber capabilities. This opportunity is crucial for acquiring advanced technologies and services that can streamline operations and bolster the Air Force's mission capabilities. Interested parties can submit proposals for Call 0005, which is open for submissions from December 12, 2025, to January 26, 2026, and should contact Carissa Heuertz or Brian Cook at 16af.cso.workflow@us.af.mil for further information.
    Theater Air Planning System of Sytems Dynamic Mission Replanning (TAP SoS DMR)
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking industry solutions for the Theater Air Planning System of Systems Dynamic Mission Replanning (TAP SoS DMR) initiative. The primary objective is to automate the identification of Courses of Action (CoAs) for air operations replanning, enhancing the speed and effectiveness of mission execution by reducing reliance on human interactions. This initiative is critical as it addresses the complexities of modern battlespaces, enabling joint and coalition forces to operate seamlessly across multiple domains. Interested parties are invited to an Industry Day on June 16-17, 2025, at Hanscom AFB, MA, with responses to the Request for Information (RFI) due by June 30, 2025, at 5:00 PM ET. For further inquiries, contact Cody Sheehan at cody.sheehan@us.af.mil.