DCSA IS NIS-CVS Request for Information
ID: 26-IS-NISCVSType: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEFENSE COUNTERINTELLIGENCE AND SECURITY AGENCY (DCSA)DEFENSE CI AND SECURITY AGENCYQUANTICO, VA, 22134, USA

NAICS

Administrative Management and General Management Consulting Services (541611)

PSC

SUPPORT- PROFESSIONAL: OTHER (R499)
Timeline
    Description

    The Defense Counterintelligence and Security Agency (DCSA) is seeking information from qualified contractors for National Industrial Security (IS) Compliance and Verification Services (NIS-CVS) through a Request for Information (RFI). The objective is to gather insights to refine procurement documentation for future solicitations, focusing on providing operational support in program management, technical analysis, risk identification, and oversight of security databases related to the National Industrial Security Program (NISP). This initiative is crucial for ensuring the protection of classified information within the defense industrial base and enhancing the effectiveness of security measures in an evolving environment. Interested vendors must submit their responses, including a completed RFI Response Form and pricing estimates, by December 12, 2025, with questions due by December 3, 2025. For further inquiries, contact Rory Page at rory.j.page.civ@mail.mil or Grant Reeves at grant.d.reeves3.civ@mail.mil.

    Files
    Title
    Posted
    The RFI #26-IS-NISCVS, Attachment 1 – RFI Response Form, is a comprehensive request for information designed to gather insights from potential vendors on their capabilities and approaches to outcome-based service delivery. The document is structured into five key sections, starting with a 'Company and Services Overview' (5-page maximum) which requests detailed company information, financial stability, contracting information, and an executive summary of strengths. The second section, 'Understanding Industry’s Approach to Outcome-Based Services,' focuses on the vendor's experience with outcome-based models, defining measurable outcomes, risk management, and fostering innovation. 'Specific Areas of Expertise and Capability' (5-page maximum) delves into relevant experience, proposed methodologies and tools, staffing expertise, and a transition plan from prescriptive to outcome-based services, including deliverable examples. The fourth section, 'Feedback on Current PWS,' asks for track changes and suggestions on the provided Performance Work Statement (Attachment 2). Finally, 'Additional Information' allows for proposed NAICS/PSC codes, rough order of magnitude price estimates, and any other feedback. This RFI aims to collect valuable market research for the government's future procurement efforts, emphasizing a shift towards outcome-focused service models.
    This Performance Work Statement outlines a non-personal services contract for the Defense Counterintelligence and Security Agency (DCSA) to provide National Industrial Security (IS) Compliance and Verification Services (NIS-CVS). The contractor will support DCSA's mission to secure classified information in the U.S. industrial base and mitigate threats to the defense supply chain. Services include program management, technical support, research, and analysis for both Industrial Security and Counterintelligence Directorates. The contract has a six-month base period and three one-year options, with a potential six-month extension. Key requirements include maintaining Top Secret facility clearance, employing U.S. personnel with appropriate security clearances, and adhering to various government security and training regulations. The work will be performed at multiple DCSA locations across the U.S. and will be a Firm Fixed Price (FFP) contract.
    The Defense Counterintelligence and Security Agency (DCSA) issued a Request for Information (RFI) for National Industrial Security (IS) Compliance and Verification Services (NIS-CVS). This RFI is for informational and planning purposes only and does not constitute a solicitation for proposals or a commitment to contract. DCSA seeks industry insights to refine procurement documentation for future solicitations, which will be announced on SAM.gov or GSA eBuy. The RFI outlines DCSA's mission to protect classified information within the defense industrial base through oversight of the National Industrial Security Program (NISP) and related risk management activities. The scope of work includes providing security and counterintelligence professionals to support program management, technical analysis, risk identification, FCL process oversight, and management of various security databases. DCSA also seeks feedback on converting the current Performance Work Statement (PWS) into an outcome-based format. Responses, including a completed RFI Response Form, rough order of magnitude pricing, and feedback, are due by December 12, 2025. Questions must be submitted by December 3, 2025. Contractors must be registered in SAM.gov.
    Lifecycle
    Title
    Type
    Sources Sought
    Similar Opportunities
    Integrated Security Services Contract 5 (ISSC)
    Buyer not available
    The Department of Defense, through the Washington Headquarters Services, is seeking vendors for the Integrated Security Services Contract 5 (ISSC) to provide comprehensive electronic and physical security systems for various DoD facilities. This non-personal services contract is structured as a Firm Fixed Price Performance Based Indefinite Delivery/Indefinite Quantity (IDIQ) with a potential value not to exceed $475 million and a performance period of up to ten years, focusing on maintaining, repairing, installing, and supporting security systems such as access control, intrusion detection, and video surveillance. Interested firms must possess a Top Secret Facility Clearance and submit capability statements by December 12, 2025, detailing their administrative information, technical capabilities, and subcontracting plans. For further inquiries, vendors can contact Saba Samuels at saba.samuels.civ@mail.mil or Roya Sterner at roya.m.sterner.civ@mail.mil.
    INTELLIGENCE, SURVEILLANCE, ANDRECONNAISSANCE (ISR) SYSTEMS AND INFORMATION OPERATIONS (IO) FROM SEABED TO SPACE (S2ISR)
    Buyer not available
    The Department of Defense, through the Naval Information Warfare Center (NIWC) Pacific, is preparing to issue a Request for Proposal (RFP) for Intelligence, Surveillance, and Reconnaissance (ISR) Systems and Information Operations (IO) from Seabed to Space (S2ISR). This procurement aims to develop and field advanced ISR systems that enhance communication, surveillance, and security capabilities while addressing evolving threats, including support for unmanned systems related to chemical, nuclear, biological, and radiological elements. The anticipated contract will involve multiple indefinite-delivery, indefinite quantity (IDIQ) contracts with a seven-year ordering period, and the final RFP is expected to be released no earlier than November 21, 2025. Interested parties can reach out to Carl Odom at carl.n.odom.civ@us.navy.mil or by phone at 619-553-4454 for further information.
    CISA COCO Industry Day: CISA Enterprise Engineering and Operations Support Services (CEEOSS)
    Buyer not available
    Sources Sought HOMELAND SECURITY, DEPARTMENT OF CISA COCO Industry Day: CISA Enterprise Engineering and Operations Support Services (CEEOSS) is a notice seeking information from potential vendors for the procurement of Enterprise Engineering and Operations Support Services for the U.S. Department of Homeland Security (DHS) Cybersecurity and Infrastructure Security Agency (CISA). This service is typically used to provide support and assistance in the areas of enterprise engineering and operations for CISA. The Industry Day event will provide an overview of the requirement and allow for industry feedback and recommendations. The event will be held virtually via Microsoft Teams on Friday, January 12, 2024, from 10:00AM to 11:00AM EST. The event will include a briefing on the draft Statement of Work (SOW) and a question-and-answer period. The current Task Order 70RCSJ23FR0000001 will be recompeted, with an increase in scope due to congressional acts and strategic priorities. Registration for the event will be provided at a later date. Please note that this Industry Day Notice is not a Request for Proposal (RFP) or an invitation for bid, and the Government does not intend to make an award based on this event.
    Protecting Army Modernization and Supply Chains- Commercial Solutions Opening (CSO)
    Buyer not available
    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.
    Request for Information (RFI) for Food Support for DLA Troop Support (CONUS SPV) - North and South Dakota Area, Military and Federally Funded Customers
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Troop Support, is issuing a Request for Information (RFI) for food support services in the North and South Dakota regions for military and federally funded customers. The objective is to gather market research insights to inform the upcoming solicitation for Subsistence Prime Vendor (SPV) contracts, which will require contractors to provide a comprehensive range of food and beverage items, including canned goods, dairy products, frozen meats, and more, to various military installations and facilities in these areas. This procurement is crucial for ensuring timely and efficient food distribution to support military operations and personnel. Interested vendors are encouraged to submit their responses by December 3, 2025, at 3:00 p.m. Philadelphia Local Time, to the designated contacts, Neil-Michael Chiaradio and Megan Russell, via their provided email addresses.
    U.S. Army Space and Missile Defense Command Reagan Test Site (RTS) Operations, Sustainment, Improvement, and Engineering (ROSIE) Follow-On Requirements – RFI Special Notice
    Buyer not available
    The U.S. Army Space and Missile Defense Command (USASMDC) is issuing a Request for Information (RFI) regarding the follow-on requirements for the Reagan Test Site (RTS) Operations, Sustainment, Improvement, and Engineering (ROSIE) contract. This RFI aims to gather market research and planning insights for anticipated contractor support services at the RTS, which is critical for ballistic missile testing and space operations, located on Kwajalein Atoll and in Huntsville, Alabama. Key requirements include security clearances, mission support for various technical services, and addressing challenges posed by the remote and corrosive environment of Kwajalein. Responses to this RFI are due by December 17, 2025, and interested U.S. companies should direct inquiries to Shasta A. Davis or Tiffany N. Kimbrough via the provided email address.
    NEEDIPEDIA - COMMERCIAL SOLUTIONS OPENING - CSO
    Buyer not available
    The Defense Intelligence Agency (DIA) is soliciting innovative ideas through its NEEDIPEDIA - Commercial Solutions Opening (CSO) under solicitation number HHM402-23-SC-0002. This opportunity invites participation from a diverse range of sources, including large and small businesses, independent consultants, and academic institutions, to enhance the agency's operational efficiency and technological capabilities in support of its national and international mission requirements. The submission process requires a two-page white paper that includes a coversheet, an executive summary addressing key questions, and identification of a relevant Need Area, with submissions due to the designated email address. For further inquiries, interested parties can contact Il Jun Yun at iljun.yun@dodiis.mil or 703-735-6430, or reach out to the general questions email at ideas2action@dodiis.mil.
    NAVIFOR SATCOM
    Buyer not available
    The Department of Defense, through the Naval Supply Systems Command (NAVSUP) Fleet Logistics Center (FLC) Norfolk, is seeking information from qualified 8(a) certified sources for contractor support services related to the Navy Information Forces Command (NAVIFOR). The objective is to provide support in areas such as Resilient Command, Control, and Communications (RC3), IT Transport & Networks, and Naval Computer and Telecommunications Platforms (NCTP) C5I Shore Command’s Core Tactical Baseline Requirements. This contract, anticipated to be a Firm Fixed-Price agreement, will have a base period of twelve months with four additional twelve-month option periods and a potential six-month extension, primarily performed in Suffolk, Virginia. Interested parties must submit their qualifications, including a capability statement and proof of Top Secret Facility/SCI Clearance, by December 4, 2025, to Valara Cheristin at valara.r.cheristin.civ@us.navy.mil.
    Counter Surveillance and Reconnaissance (CSR) Capabilities Against Space Based Threats
    Buyer not available
    The Department of Defense, specifically the Army Contracting Command – Redstone Arsenal (ACC-RSA), is seeking capable vendors for the development of ground-based counter surveillance and reconnaissance (CSR) capabilities against space-based threats. This opportunity aims to identify vendors who can produce terrestrial-based CSR prototypes and possess personnel with Top Secret/SCI clearances, as well as facilities that meet SCI security standards. The procurement is significant for enhancing national defense capabilities and may lead to a classified solicitation utilizing innovative contracting methods, including Other Transaction Agreements (OTAs) or Commercial Solutions Openings (CSOs). Interested vendors must submit their responses by December 5, 2025, at 1200 CST via JWICS email, with unclassified questions due 10 days prior. For further inquiries, vendors can contact Gina Petrino at gina.a.petrino.civ@army.mil or Ernest Snyder at ernest.l.snyder2.civ@army.mil.
    DTRA CWMD Security Cooperation Engagement Program IDIQ
    Buyer not available
    The Defense Threat Reduction Agency (DTRA) is seeking contractors for the Countering Weapons of Mass Destruction (CWMD) Security Cooperation Engagement Program (CSCEP) through an Indefinite Delivery Indefinite Quantity (IDIQ) contract. This program aims to enhance the capabilities of partner nations in responding to Chemical, Biological, Radiological, and Nuclear (CBRN) incidents, thereby improving global national security. The contractor will be responsible for training, equipping, and supporting partner nations, including logistics management and event planning, with a focus on compliance with U.S. and international regulations. Interested parties should note that the solicitation will be released in the second quarter of fiscal year 2025, and inquiries can be directed to Jocelyn Fritz or Eric M Rode at the provided email address.