Investigative Fieldwork Services RFI
ID: DCSA0002027Type: Sources Sought
Overview

Buyer

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

NAICS

Investigation and Personal Background Check Services (561611)

PSC

SUPPORT- ADMINISTRATIVE: BACKGROUND INVESTIGATION (R615)

Set Aside

No Set aside used (NONE)
Timeline
    Description

    The Defense Counterintelligence and Security Agency (DCSA) is seeking potential vendors to provide investigative fieldwork services for Federal Background Investigations. This Request for Information (RFI) aims to identify capable sources that can enhance the effectiveness of background investigations in light of evolving statutory, policy, and technological changes. The DCSA emphasizes the importance of adaptability and innovative solutions in executing these services, which are critical for maintaining national security standards. Interested parties should submit their responses by August 13, 2025, and can direct inquiries to Matthew Reed at matthew.w.reed10.civ@mail.mil or Cheryl Hall at cheryl.j.hall6.civ@mail.mil.

    Files
    Title
    Posted
    The document appears to capture a question posed by a company to the Defense Counterintelligence and Security Agency (DCSA) and the agency's subsequent response. This interaction suggests an ongoing discourse regarding federal requests for proposals (RFPs) and grants. The main focus is likely on clarifying aspects related to the RFP guidelines, application requirements, and adherence to federal protocols pertinent to the company’s bid or inquiry. Such documents are fundamental in ensuring transparency and understanding between government agencies and private contractors. They serve as a vital mechanism for informing potential applicants about expectations, evaluation criteria, and submission processes associated with federal funding and contractual opportunities. By addressing specific questions, DCSA fosters an environment of compliance and clarity, which is critical for upholding standards within government contracting frameworks. Thus, this exchange underscores the operational nuances within government procurement practices while promoting effective communication with private sector entities.
    The Defense Counterintelligence and Security Agency (DCSA) has issued a Request for Information (RFI) to gather insights from potential vendors capable of providing investigative fieldwork services for Federal Background Investigations. This RFI aims to identify innovative ideas and solutions for improving the effectiveness of background investigations amid anticipated changes in statutory, policy, and technological landscapes. Vendors are encouraged to address various parameters, including their geographic presence, flexibility in response to changing circumstances, case management strategies, and the potential use of technology, particularly in virtualizing fieldwork services. Responses to the RFI will help DCSA understand the market capabilities and collaborative partnerships that might emerge in preparation for future contracts, expected to commence in late 2027. The anticipated services should align with Federal Investigative Standards and provide nationwide coverage. The RFI highlights the need for adaptability in contract execution amidst uncertainty regarding investigation demands and includes instructions for submitting responses within specified guidelines. Overall, the DCSA is seeking a proactive approach to enhance the efficiency and effectiveness of background vetting processes.
    The Defense Counterintelligence and Security Agency (DCSA) has issued a Request for Information (RFI) to identify potential sources capable of providing nationwide and potentially worldwide investigative fieldwork services for Federal Background Investigations. This RFI is part of efforts to enhance personnel vetting processes in light of upcoming statutory and technological changes, specifically regarding continuous evaluation and continuous vetting as outlined by Executive Order 13467. DCSA seeks innovative solutions from vendors, particularly relating to new technologies and effective business processes. Respondents must submit their qualifications and ideas on various operational considerations, including case management, technological innovations, and virtual fieldwork capabilities, while adhering to DCSA’s investigative standards. The submissions will inform future contract development, with a significant emphasis on flexibility due to unpredictable demand and changing requirements. The anticipated performance period is five years with additional options, and a virtual industry day is planned for late 2025 to gather further industry feedback. Overall, this RFI emphasizes aligning vendor capabilities with DCSA's mission to ensure the efficiency and security of personnel vetting operations.
    Lifecycle
    Title
    Type
    Sources Sought
    Similar Opportunities
    DARPA's Commercial Solutions Opening (DCSO) for Commercial Strategy
    Buyer not available
    The Defense Advanced Research Projects Agency (DARPA) is soliciting proposals under its Commercial Solutions Opening (DCSO) for transitioning and commercializing innovative solutions derived from DARPA-funded research and development efforts. The primary objective is to close military and civilian capability gaps by leveraging commercial solutions, with a particular focus on the Embedded Entrepreneur Initiative (EEI), which funds entrepreneurs to assist in commercialization efforts. This initiative is crucial for enhancing national security and economic growth by bridging the gap between innovation and practical application. Proposals are due by April 30, 2026, and must adhere to the updated solicitation requirements, including a detailed Statement of Work and pricing documentation. Interested parties can contact Melissa Ramirez at DARPACSO@darpa.mil for further information.
    Request for Information - Data at Rest
    Buyer not available
    The Department of Defense, through the Air Force Life Cycle Management Center (AFLCMC), is issuing a Request for Information (RFI) to identify sources capable of providing Commercial Solutions for Classified (CSfC) Dual Data at Rest (DAR) capabilities for Tactical Air Control Party Modernization (TACP-M) Core Computers. The objective is to enhance operational security by ensuring that classified data is properly sanitized when computers are powered off or logged out, thereby allowing them to be considered unclassified and mitigating logistical and operational security concerns during travel and field operations. The proposed solution requires a minimum hardware update to NVMe SSD hard drives (M.2 2280, TCG Opal compliant, 1 TB minimum) and a software update for full disk encryption, with compliance to NSA certification for Full Drive Encryption (FDE) and NIAP-approved collaborative protection profiles. Interested parties must submit their responses, including company data, product capabilities, rough cost estimates, and potential risks, by January 5, 2026. For further inquiries, contact Edwin Hernandez Mendez at edwin.hernandezmendez.2@us.af.mil or Denis Grenier at denis.grenier@us.af.mil.
    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.
    Field, Background-Investigative Services (Multiple Award)
    Buyer not available
    The Department of Justice, specifically the Bureau of Alcohol, Tobacco, Firearms and Explosives (ATF), is seeking qualified contractors to provide Field and Background-Investigative Services through a multiple-award Request for Quotations (RFQ). The procurement aims to establish Basic Ordering Agreements (BOAs) for an estimated 2,400 hours/points per year per awardee, with services compensated at $50 per point over a five-year period. These services are critical for conducting personnel security background investigations, ensuring compliance with federal regulations, and safeguarding sensitive information. Interested offerors must submit their quotations by June 15, 2030, and can direct inquiries to Sheray Millhouse at Sheray.Millhouse@ATF.gov or by phone at 202-648-9071.
    Defense Science Board (DSB) Summer Study Support Services
    Buyer not available
    The Department of Defense, through the Washington Headquarters Services, is seeking sole source support services for the Defense Science Board (DSB) Summer Study. This procurement involves a 10-month firm-fixed-price contract to provide professional analytical and administrative support services for the DSB and its Office while a re-compete is underway. The services are critical as they are currently available from only one responsible source, ensuring that the agency's specific needs are met without interruption. Interested parties can reach out to Nia Holloway at nia.m.holloway.civ@mail.mil or Eric Darby at eric.u.darby.civ@mail.mil for further inquiries, noting that this notice is not a request for proposals or quotes.
    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.
    RFI - DOJ JMD Secure Communications
    Buyer not available
    The Department of Justice (DOJ) is seeking information from qualified vendors regarding secure communications platforms and services through a Request for Information (RFI) titled "DOJ JMD Secure Communications." The objective is to identify solutions that ensure secure, compliant, and auditable communications in regulated environments, particularly focusing on compliance with federal, state, and industry-specific requirements for messaging and data handling. This initiative is crucial for protecting sensitive communications against various threats while maintaining data sovereignty and enabling robust audit capabilities. Interested vendors should respond with detailed company information and technical capabilities by contacting DeChanta Vaughan at dechanta.s.vaughan@usdoj.gov or Sakura Higa at sakura.higa@usdoj.gov, with responses being strictly voluntary and unclassified.
    Field, Background-Investigative Services
    Buyer not available
    The Department of Justice, specifically the Bureau of Alcohol, Tobacco, Firearms and Explosives (ATF), is seeking proposals for field and background investigative services through a combined synopsis/solicitation. The objective is to support the Personnel Security Division by conducting personnel security background investigations in compliance with legal and policy requirements, with a firm-fixed-price contract expected to span up to five years and approximately 2,400 hours of work annually per contractor. This procurement is critical for maintaining effective personnel security and ensuring thorough oversight in investigative processes. Interested offerors should direct inquiries to Sheray Millhouse at Sheray.Millhouse@ATF.gov or call 202-648-9071, and must be prepared to submit proposals under the new solicitation number 15A00025Q00000069 once it is posted.
    USAC RFI: Penetration Testing as a Service
    Buyer not available
    The Universal Service Administrative Company (USAC), under the guidance of the Federal Communications Commission (FCC), is seeking information from U.S.-based companies capable of providing Penetration Testing as a Service. This Request for Information (RFI) aims to gather insights and capabilities related to cybersecurity services that are critical for safeguarding the integrity of the Universal Service Fund and its associated support mechanisms. Interested vendors are encouraged to review the RFI details available on the USAC website and submit their responses by December 8, 2025, at 11:00 AM ET. For further inquiries, potential respondents can contact Mustafa Kamal at Mustafa.Kamal@usac.org or Noor Jalal at noor.jalal@usac.org.
    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.