- Gap review, remediation roadmap, and implementation support
- Policy package, evidence mapping, and submission prep
- Designed for primes and subs across non-tech and tech work
Request for Information DC3 Technical, Analytical, and Business Operations (TABO)
Sources Sought from DEPT OF THE AIR FORCE • DEPT OF DEFENSE. Place of performance: MD. Response deadline: Jan 27, 2026. Industry: NAICS 541512 • PSC DC01.
CMMC support options for this DoD solicitation
As DoD CMMC rollout expands, approximately 80%+ of DoD solicitations are expected to include cybersecurity/CMMC requirements, including many non-tech scopes.
- Structured checklist, AI guidance, and progress tracking
- Build evidence and controls with clearer next-step workflows
- Ideal for teams that want speed plus affordability
Market snapshot
Awarded-market signal for NAICS 541512 (last 12 months), benchmarked to sector 54.
Related hubs & trends
Navigate the lattice: hubs for browsing, trends for pricing signals.
Point of Contact
Agency & Office
More in NAICS 541512
Description
Request for Information
1. Purpose
THIS IS A REQUEST FOR INFORMATION (RFI) ONLY. This RFI is issued solely for information and planning purposes – it does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future. This request for information does not commit the Government to contract for any supply or service whatsoever. Further, the Government is not seeking proposals at this time and will not accept unsolicited proposals. Vendors are advised that the Government will not pay for any information or administrative costs incurred in response to this RFI; all costs associated with responding to this RFI will be solely at the interested party’s expense. Not responding to this RFI does not preclude participation in any future RFP that may be issued.
2. Objectives
One objective of this RFI is to identify potential vendors (large, small, and socioeconomic concerns) who have the experience and capabilities to successfully perform this work. Vendors are also encouraged to provide information regarding plans to use joint venturing (JV), partnering or consortiums to meet the requirements areas contained herein. Details pertaining to the entire scope of work are contained in the attached five (5) Draft Performance Work Statements (PWS).
A second objective is to engage industry to identify risks and opportunities, provide recommendations and other insights as it pertains to the acquisition and the work contemplated in the PWSs.
Additionally, if an RFP is subsequently issued, the Government anticipates a compressed response cycle; therefore, this RFI will provide advanced delivery of the attached five (5) Draft PWSs, which should allow qualified vendors the necessary time to consider a potential RFP response/proposal and to build necessary teaming relationships.
3. Background
Since 1998, the Department of Defense (DoD) Cyber Crime Center (DC3) has provided the Department of War (DoW) with premier cyber forensic services, training, and technical solutions. Today, DC3 has expanded its mission to include six integrated directorates that provide a spectrum of capabilities, from securing the Defense Industrial Base (DIB) to delivering integrated analytical expertise in support of diverse DoW and U.S. Government mission partners.
This Indefinite Delivery, Indefinite Quantity (IDIQ) contract, known as Technical, Analytical, and Business Operations (TABO), is established to provide comprehensive support services across multiple DC3 directorates.
3.1 Overview of Planned Task Orders
The TABO IDIQ is comprised of several distinct efforts, each planned as a separate Task Order with a specific mission focus. The Government anticipates issuing Task Orders to support the following functions. The detailed five (5) Draft PWSs for each is provided as an attachment to this RFI.
- Task Order 1: OED & CFL Support
- Task Order 2: DCISE & VDP
- Task Order 3: XT & CS
- Task Order 4: ER & XE
- Task Order 5: Security, HR & JA
The purpose of the TABO contract is to provide the highly specialized operational, analytical, technical, forensic, and program management support required by these directorates. The Contractor shall provide all qualified personnel, supervision, and other items and services as necessary to perform the requirements of each individual task order issued under this IDIQ. The five (5) Draft PWSs for each planned task order is listed in the attachments section of this RFI.
4. Instructions and Response Guidelines
Interested parties are requested to respond to this RFI with a detailed capability statement in support of the sections below. If an interested party has previously responded please state as such.
Section 1 – Administrative Information
Provide administrative information including the following as a minimum:
- Name, mailing address, phone number, and e-mail of designated point of contact.
- Identify the respondents CAGE code and UEI number.
- Proprietary information must be clearly marked as such.
- Small Business/Socio-Economic status of respondent, if any, (i.e. small business, small disadvantaged business, 8(a) small business, service-disabled veteran-owned small business, HUBZone small business, woman-owned small business, and economically-disadvantaged women-owned small business).
Section 2 – Statements and Questions for the Vendor
The Government requests written comments on the five (5) attached Draft PWSs and responses to the accompanying question below. The Government has specific interest in your insights on the following considerations:
- Approach: Describe your approach for accomplishing all the requirements outlined in the five (5) PWSs based upon your experience performing under similar efforts.
- Clarity and Feasibility: After reviewing the five (5) Performance Work Statements, please provide your feedback on the clarity, completeness, and feasibility of the requirements. Are there any areas that are ambiguous, conflicting, or seem unrealistic to achieve?
- PWS Recommendations: Do you have any recommendations for improving the PWSs? For example, are there any best commercial practices, alternative approaches, or technologies that the Government should consider to achieve its objectives more effectively or efficiently?
- Risk Management: What do you foresee as the most significant risks to the successful execution of this contract? What is your proposed approach to mitigating these risks?
- Innovation: Beyond the stated requirements, what innovative solutions or value-added services could your company provide to this effort?
- Past Performance: Identify previous contracts which are relevant to the scope of the PWSs. Include contract number, period of performance, whether performance was completed as a prime or subcontractor, and a summary of services provided.
- Contract Type: The Government is planning to utilize a single IDIQ/Firm Fixed Price (FFP) contract type for this effort. Do you believe this is the most appropriate contract type for the scope of work described in the PWSs? Please provide a rationale for your response and suggest any alternative contract structures you believe would be more suitable (e.g., FFP Level of Effort, Time and Materials, etc.).
- Industry Discussions: The Government may choose to meet with companies who responded to this RFI to hold one-on-one discussions. Discussions would only be held to obtain further clarification of potential capability to meet the requirement.
- Industry Feedback Regarding Requirement: While the Government is the final decision regarding the requirement, we would like to solicit industry feedback regarding the requirements description attached requirements documentation and where industry thinks that we could improve the overall quality of the product/service received by updating/clarifying our requirement.
- Page Limit: Capability Statements are limited to 25 pages in length, single spaced, and 11-point font and accessible by either Microsoft Word or Adobe Acrobat.
- Any other questions/concerns related to the attached PWSs.
*Interested parties are advised to examine this RFI and the supplemental documents in the attachments in their entirety to ensure its response provides all information requested. Interested parties are cautioned that merely re-stating the requirements with a statement of intent to perform DOES NOT reflect an understanding of the requirements or capability to perform. Statements such as “the Offeror understands” and “the Offeror has a long history of outstanding support” along with responses that paraphrase the Request for Information and supplemental documents will be considered as insufficient information to support a firm’s capability. Phrases such as “standard procedures shall be employed” or “well known techniques will be utilized” will also not be considered sufficient.
Capability statements should be submitted in Microsoft Word or Adobe Acrobat compatible format and are due no later than Tuesday, 27 January 2026, 2:00 pm ET. Proprietary information, if any, should be minimized and MUST BE CLEARLY MARKED. To aid the Government, please segregate proprietary information. Please be advised that all submissions become Government property and will not be returned.
Capability statements should be submitted via email to Ms. Ulrike U. Powell at ulrike.powell@us.af.mil, SSgt Phelicha D. Silva at phelicha.silva@us.af.mil, and Mr. Christopher J. Keal at christopher.keal@us.af.mil.
5. Questions
Questions regarding this announcement shall be submitted to Ms. Ulrike U. Powell at ulrike.powell@us.af.mil, SSgt Phelicha D. Silva at phelicha.silva@us.af.mil, and Mr. Christopher J. Keal at christopher.keal@us.af.mil by Tuesday, 13 January 2026, 2:00 pm ET. Verbal questions will NOT be accepted. Questions may be answered by email if the Government feels that the answer would better inform the potential Offerors; accordingly, questions shall NOT contain proprietary or classified information. The Government does not guarantee that questions received after Tuesday, 13 January 2026, 2:00 pm ET will be answered.
6. Summary
The information provided in the RFI is subject to change and is not binding on the Government. DC3 has not made a commitment to procure any of the items discussed, and release of this RFI should not be construed as such a commitment or as authorization to incur cost for which reimbursement would be required or sought. All submissions become Government property and will not be returned.
List of Attachments:
- Draft Performance Work Statement: OED & CFL Support
- Draft Performance Work Statement: DCISE & VDP
- Draft Performance Work Statement: XT & CS
- Draft Performance Work Statement: ER & XE
- Draft Performance Work Statement: Security, HR & JA
Files
Files size/type shown when available.
BidPulsar Analysis
A practical, capture-style breakdown of fit, requirements, risks, and next steps.
FAQ
How do I use the Market Snapshot?
It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.
Is the data live?
The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.
What do P10 and P90 mean?
P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.