Case Processing Operations Center (CPOC)
ID: HS002125RE001Type: Presolicitation
Overview

Buyer

DEPT OF DEFENSEDEFENSE COUNTERINTELLIGENCE AND SECURITY AGENCYDEFENSE CI AND SECURITY AGENCYQUANTICO, VA, 22134, USA

NAICS

Investigation and Personal Background Check Services (561611)

PSC

SUPPORT- PROFESSIONAL: OTHER (R499)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Defense Counterintelligence and Security Agency (DCSA) is preparing to solicit proposals for Case Processing Operations Center (CPOC) services related to Federal background investigations. The procurement will encompass essential functions such as telephone and switchboard services, case processing, program management, and support for the National Background Investigation System (NBIS) implementation. These services are critical for ensuring the integrity and security of federal personnel vetting processes. The contract will be a 100% Small Business Set-Aside, with a base period of performance of twelve months and four optional twelve-month extensions. Interested vendors should note that the solicitation is expected to be issued within 30-60 days, and all proposals must be submitted through the SAM.gov website. For further inquiries, vendors can contact Herma Banks or Alex Del Guidice via their provided emails.

    Point(s) of Contact
    Files
    No associated files provided.
    Lifecycle
    Title
    Type
    Presolicitation
    Similar Opportunities
    MMB CI Sources Sought Notice
    Buyer not available
    The Defense Counterintelligence and Security Agency (DCSA) is seeking sources for Strategic Engagement Subject Matter Experts to enhance counterintelligence support for the Department of Defense (DoD) and the Defense Industrial Base (DIB). The procurement aims to provide personnel and expertise for multi-agency coordination, threat assessment, and strategic planning against state and global terrorist threats, with responsibilities including developing decision briefings and conducting threat research. This contract will span a base year with four one-year options, requiring contractors to maintain stringent security measures, including a TOP SECRET facility clearance. Interested parties must submit their responses, including a capabilities statement and relevant company information, by November 22, 2024, to Joseph Holt at joseph.d.holt14.civ@mail.mil.
    Census Integrated Personnel and Payroll System – Fingerprinting, Badging (non-HSPD-12), and Background Investigation Review
    Buyer not available
    The U.S. Census Bureau is seeking information regarding the acquisition of a Fingerprinting, Badging (non-HSPD-12), and Background Investigation Review system as part of its Census Integrated Personnel and Payroll System (CIPPS). The primary objective is to identify commercial solutions, including Software as a Service (SaaS) offerings, that can efficiently support the recruitment of temporary staff for the upcoming 2028 Dress Rehearsal and the 2030 Census, ensuring minimal disruption to operational processes. This initiative is crucial for managing high volumes of applications and facilitating logistics across various geographic locations, thereby enhancing the overall efficiency of the hiring process. Interested vendors are encouraged to submit their capabilities and inquiries by February 7, 2025, and can contact Paul W. Boesch at paul.w.boesch@census.gov or Jim Brooks at james.n.brooks.jr@census.gov for further information.
    Protective Security Officer Services
    Buyer not available
    The Department of Homeland Security, specifically the Federal Protective Service Acquisitions Division, intends to extend an existing contract for Protective Security Officer Services with KR Contracting, Inc. This sole source extension, which may last up to twelve months, aims to ensure the continued provision of security services at various locations in Washington, DC, while the government prepares to award a follow-on contract. The services are critical for maintaining safety and security in federal facilities, and the procurement falls under the NAICS code 561612, with a small business size standard of $29 million. Interested parties can direct inquiries to Lorraine Zinar at lorraine.zinar@fps.dhs.gov, noting that a Justification for Other Than Full and Open Competition will be posted on sam.gov following the award.
    Corporate Operations Support Services
    Buyer not available
    The Department of Defense, specifically the Naval Surface Warfare Center, is soliciting proposals for Corporate Operations Support Services (COSS) under an 8(a) set-aside contract. The procurement aims to secure comprehensive support services including infrastructure management, corporate communications, risk management, and office support, essential for maintaining operational efficiency at the Naval Surface Warfare Center Panama City Division. This contract, which is a follow-on to a previous IDIQ contract, emphasizes the importance of regulatory compliance, safety protocols, and effective data management throughout its duration, with a performance period of up to 60 months. Interested contractors should direct inquiries to Annabelle Tiller or Kristin Shaw via email, and must adhere to the submission guidelines outlined in the solicitation documents, with key deadlines approaching in early 2025.
    NEW CONTRACT WRITING SYSTEM IN OPERATIONS AT DCSA
    Buyer not available
    The Defense Counterintelligence and Security Agency (DCSA) is implementing a new contract writing system, the Enterprise Contract Writing Module (ECWM), effective July 2, 2024, while continuing to operate its legacy system, PD2, during a transition period. The objective of this procurement is to facilitate the migration of contract data from PD2 to ECWM, ensuring a smooth transition and maintaining operational efficiency until the retirement of PD2, which is targeted for September 2025. This transition is crucial for enhancing the agency's procurement processes and ensuring transparency in solicitations, awards, and modifications. For inquiries or issues during this transition, interested parties can contact the DCSA CPO Systems Data and Reporting team at dcsa.quantico.hq.list.cpo-systems-data-and-reporting@mail.mil.
    Protective Services Officer
    Buyer not available
    Sources Sought JUSTICE, DEPARTMENT OF is seeking a Total Small Business Set-Aside for the procurement of Protective Services Officer. This opportunity is for the recruitment of Protective Service Officers (PSOs) to assist the US Marshals Service. PSOs are responsible for ensuring the safety and security of USMS protected persons and property. They perform tasks such as standing post, patrolling duty locations, monitoring surveillance equipment, controlling access points, and evacuating protected persons in emergency situations. PSOs also provide security for specific physical locations and secure sites occupied by or visited by protected persons. Eligible candidates must have experience as actively employed, reserve, or local Law Enforcement Officers with arrest authority and a minimum of one year of experience, or Military Police Officers with a minimum of one year of experience. The position requires U.S. citizenship, being 21 years of age or older, holding a high school diploma or GED, and possessing a valid U.S. driver's license. Applicants must also have no felony criminal convictions, disqualifying misdemeanor convictions, or derogatory civil records. Firearms proficiency and medical fitness are also required. Interested applicants should submit a resume, USM 235, and USM 606 to the provided email address. Failure to follow instructions may result in non-employment by the USMS.
    BPA - Alarm, Signal and Security Detection Systems PSC 6350
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center Indian Head Division (NSWC IHD), is seeking to establish Blanket Purchase Agreements (BPAs) for Alarm, Signal, and Security Detection Systems under PSC Code 6350 and NAICS Code 334290. The procurement aims to engage small businesses that can provide standard commercial supplies and services at competitive prices, with BPA calls not exceeding the Simplified Acquisition Threshold, allowing for competition at the call level. These systems are critical for enhancing security measures and operational safety within military installations. Interested vendors must submit their documentation, including past performance references, by April 30 for June awards or October 31 for December awards, and can contact Barbara Grinder at barbara.j.grinder.civ@us.navy.mil for further information.
    R--PERSONNEL SECURITY CONTRACTOR
    Buyer not available
    The Bureau of Safety and Environmental Enforcement (BSEE) within the Department of the Interior is seeking quotes for a Personnel Security Contractor to support its Personnel Security Branch. The contract, which spans 12 months with the possibility of four additional option periods, requires the provision of two full-time Security Assistants and one part-time Project Manager to manage personnel security tasks, including background investigations and compliance with security protocols. This procurement is crucial for ensuring the integrity and security of personnel within the agency, adhering to federal regulations throughout the contract execution. Interested parties should contact Jennifer Moreci at jennifer.moreci@bsee.gov or call 703-787-1218 for further details, as this opportunity is designated as a 100% Indian Small Business Economic Enterprise set-aside under NAICS code 541611.
    SEV STRATEGIC REPLENISHMENT CONTRACT
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the Strategic Replenishment Contract (SRC) aimed at sourcing, acquiring, and delivering a wide range of ground and aircraft common support equipment (CSE). This procurement involves approximately 500 National Stock Numbers (NSNs) across various Federal Supply Classes (FSCs), with a focus on maintaining existing capabilities rather than initiating new programs. The contract will be set aside for small businesses and is expected to span a total of ten years, including a basic contract period of one year and nine additional ordering periods of 12 months each. Interested parties should direct inquiries to Shanika Brown at shanika.brown.1@us.af.mil or Reid Sawyer at reid.sawyer@us.af.mil, with proposals due by February 16, 2021.
    Diplomatic Security Credit Reporting Services and Credit Verifications
    Buyer not available
    The Department of State is seeking information from qualified sources for the provision of Diplomatic Security Credit Reporting Services and Credit Verifications. The primary objective is to conduct credit history checks to assess financial responsibility and identify potential financial risks, with reports required to be delivered within 30 minutes of each request through a secure electronic interface. This service is critical for ensuring the financial integrity of individuals involved in diplomatic security operations, adhering to government standards for data protection and reporting. Interested parties can direct inquiries to Kenneth R. Waddell at WaddellKR@state.gov or by phone at 240-210-3734, or to Brain Schott at Schottbc@state.gov or 202-769-9479. Please note that this notice is for information and planning purposes only and does not constitute a request for proposals.