Loading
X
Call Us Today! +1(202)417-7242 | contact@sbga.us




DEFENSE INTELLIGENCE AGENCY

REQUEST FOR INFORMATION (RFI): DATA SCIENCE, OPERATIONS,
REQUIREMENTS, EXPLOITATION, AND ENHANCED ENGINEERING (DORE3)



1. INTRODUCTION
1.1 Virginia Contracting Activity (VACA) requires information pertaining to industry’s availability to provide Advisory and Assistance Services (A&AS) for the support of the Defense Intelligence Agency (DIA) Directorate of Science and Technology (S&T) and other Intelligence Community (IC)/Department of Defense (DoD) elements. Services provided herein will facilitate intelligence functions performed for the IC and DoD organizations, as well as their respective partners and customers.


2. PURPOSE
2.1 This notice serves as a request for information (RFI) to the VACA contractor community pursuant to FAR 15.201 “Exchange with industry before receipt of proposals.” Responses to this RFI will be assessed to identify sources that are considered best qualified to meet future requirements. Best qualified sources are those sources which demonstrate the greatest depth and breadth of skills, experiences and knowledge relevant to the mission, goals, and objectives ofthe VACA.


2.2 This RFI should not be construed as a request for proposal (RFP) or a commitment of any type by the U.S. Government. This RFI is issued solely for information and planning purposes to help shape the acquisition and solicitation. It does not constitute a solicitation or a promise to issue a solicitation in the future. All costs associated with responding to the RFI will be solely at the responding party’s expense.


3. BACKGROUND
3.1 DIA’s S&T mission is to develop and deliver leading edge scientific and technical capabilities; employ cutting edge scientific and technical collection and exploitation capabilities to address the most challenging intelligence gaps.


4. ANTICIPATED SCOPE OF WORK
4.1 UNCLASSIFIED DORE3 Scope of Work. VACA’s future RFP will establish requirements for the award of multiple Indefinite Delivery/Indefinite Quantity (IDIQ) contracts.

The anticipated unclassified DORE3 scope of work includes contractor advisory and assistance services (A&AS) in the following areas:UNCLASSIFIED

• Support Area One: Collection Concept Development
• Support Area Two: Collection Planning and Operations Support
• Support Area Three: Data Sciences Support
• Support Area Four: Technical Exploitation Support
• Support Area Five: Internet of Things, Social Media & Open Source Support
• Support Area Six: Application/Web/Collaboration Support
• Support Area Seven: Program/Project Support
• Support Area Eight: Rapid-Response Subject Matter Expert Support
• Support Area Nine: Academic/Industry Outreach and Innovation
• Support Area Ten: Rapid Engineering and Prototyping Support
• Support Area Eleven: Contract Project Management and Common Tasks


4.2 CLASSIFIED DORE3 Statement of Work Addendum. A more detailed description of the Support Areas identified in above paragraph 4.1 is available in the SECRET//NOFORN Statement of Work addendum posted on NSA ARC. Interested contractors possessing the proper security clearance may access the addendum outlining the anticipated classified DORE3 scope of work.


4.3 FUTURE RFP. This request for information does not constitute a RFP. Any solicitation resulting from this RFI will be announced separately. The government anticipates the future DORE3 RFP will be classified SECRET//NOFORN. VACA anticipates multiple awarded IDIQ contracts will be awarded to support the DORE3 scope of work. All work performed under the IDIQ contract will be defined in task orders competed among the IDIQ contract holders.


5. REQUESTED INFORMATION
It is requested that interested and qualified sources respond with a capability synopsis covering all eleven support areas in 4.1 and the Statement of Work, broken into the following sections.
5.1 Relevant Corporate Knowledge/Experience related to the 11 support areas identified above:


5.1.1 Identify no more than five relevant contracts held within the last five years, and for each contract provide:
a. the contract number, award amount and awarding agency/office.
b. the Full Time Equivalents (FTEs) provided.
c. the subcontractors that were on the team and their % of participation.
d. the name, address, commercial phone number, classified and unclassified e- mail
addresses of the contract officer and the contracting officer’s representative.


5.1.2 Describe the specific nature of the support provided and explain why/how it is relevant to the 11 support areas.
5.1.3 Describe how corporate knowledge/experience gained through contract performance
could be a benefit to the VACA and enhances the potential for successful

performance of the eleven support areas in section 4.1.


Note: Any other specific and relevant information about this particular area of interest that would improve the consideration and evaluation of the information presented is desirable. Interested organizations must demonstrate and document, in any capability statements submitted, extensive experience with and the ability to perform the above tasks.


5.2 For employee skills/expertise and experience that are relevant to the 11 support areas and mission of DIA, address the following:
5.2.1 Identify and describe specific skills/expertise and experience of employees.
5.2.2 Describe why/how specific skills/expertise and experience of employee are relevant.
5.2.3 Describe how employee skills/expertise and experience could benefit DIA’s mission in the future.
5.3 Provide the company’s Level of Facility Security Clearance (FCL) and Level of Safeguarding for Classified Information/Material.
5.4 For personnel availability, describe the availability of a minimum of fifteen TOP SECRET//SI/TK-cleared employees that possess the skills needed to fulfill the requirements in the 11 support areas listed above. Synopsized resumes, no longer than one page in length, should be used. Individuals’ names are not required to be on the resumes. Resumes will not count against the total page count.

SCI-cleared employees should possess a final TS personnel security clearance issued by the Office of Personnel Management (OPM), the Defense Industrial Security Clearance Office (DISCO), or another government agency for contract personnel providing support to referenced contract in accordance with DOD 5200.2-R (DOD Security Program), DOD 5105.21, Vol 1-3 (Sensitive Compartmented Information Administrative Security Program), and Intelligence Community Policy Guidance number 704.1 (Personnel Security Investigative Standards and Procedures Governing Eligibility for Access to Sensitive
Compartmented Information and Other Controlled Access Program Information).


5.5 Potential Teaming Arrangements (if applicable)
5.5.1 Describe whether the company would intend to fulfill the subject requirement alone, or whether a teaming arrangement would be anticipated (the Government recognizes that one contractor may or may not possess all of the necessary knowledge, skills, expertise and experience necessary to fulfill all of the future Statement of Work objectives). If knowledge, skills or other expertise may be obtained through teaming
arrangements, it is sufficient to describe the additional expertise gained through the teaming but the team members need not be identified.

5.5.2 Explain how knowledge or experience gained through teaming will benefit the DIA.
5.5 Identify any known, or potential, organizational conflicts of interest (OCI) that may result from a successful offer, and briefly describe how the OCI will be mitigated.
5.6 Indicate whether your company intends to submit a proposal if an RFP is issued, as well as any plans to partner with another company.


6. CAPABILITY STATEMENT SUBMISSION INSTRUCTIONS
6.1 All capability statements submitted in response to this RFI shall be received no later than 2359 ET on Thursday, 9 October 2025. Capability statements should include a cover page that identifies the following:
• Company’s name and address
• Point of contact
• DUNS number
• CAGE code
• UEI code
• Applicable set-aside eligibility (women owned, HUBZone 8(a), etc.)
• Primary NAICS and PSC codes

Note: The anticipated NAICS code for a future DORE3 RFP is 541990.

6.2 The capability statement is limited to ten (10) pages (not including the cover page) and should identify the contractor’s capabilities and experience relative to the DORE3 requirements.
Any proprietary information shall be marked.
6.3 A page is defined as each face of an 8-1/2 x 11-inch sheet. Pages shall be submitted in Microsoft Word or PDF formats. Font size is a minimum of 10.
6.4 Classified responses are acceptable but not required.
6.5 The preferred method for delivering capability statements is via email, subject line DORE3 Capability Statement. Unclassified capability statements shall be emailed to Bianca.Rogan2@dodiis.mil and Elicia.Porter@dodiis.mil. For classified submissions, pleasesend notification to the email address for submission instructions.
6.6 Hand-carried capability statements will not be accepted.



Have it EXPEDITED!
To ensure an accurate enrollment
 |S|B|G|A| offers fully expedited service to qualified contractors.


For more details call us:

(202) 417-7242