UPDATED Special Notice "Sources Sought for Small Businesses CANCELLED"
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The Virginia Contracting Activity (VaCA) has released a DRAFT Solicitation for Contract Operations for Missile Evaluation and Testing (COMET) for the Defense Intelligence Agency's (DIA) Missile and Space Intelligence Center (MSIC). This pre-solicitation provides industry with a read-ahead due to the requirement's scope and complexity. It is NOT a Request for Proposals (RFP), and proposals are not being accepted at this time. The Q&A period for this draft has closed as of January 30, 2026. The final solicitation is tentatively scheduled for release in December 2025.
Scope of Work
This opportunity seeks contract support for research, development, and sustainment of new and existing hardware, systems, and software capabilities, and foundational military intelligence (FMI). This support enables all-source analysis and production for the DIA, Department of Defense (DoD), and national-level intelligence efforts. It also includes analysis and analytical enabling services for the Defense Intelligence Enterprise (DIE) and its mission partners. Key areas include analysis of foreign weapon systems, foreign materiel exploitation, IT operations, modeling and simulation, and business process support.
Contract Details
- Type: Anticipated Multiple Award Indefinite Delivery/Indefinite Quantity (IDIQ) contract.
- Competition: Full and Open Competition (unrestricted).
- Product Service Code (PSC): AC23 National Defense R&D Services; Atomic energy defense activities; Experimental Development.
- Period of Performance: A five (5) year base ordering period with a five (5) year option ordering period. Task Orders (TOs) may have up to a one (1) year base and four (4) option periods (each not exceeding one year).
- Task Order Types: Cost-Plus-Fixed-Fee, Firm-Fixed-Price, and Time-and-Material.
- Minimum Obligation: $250.00 per Task Order.
- Security Requirements: A TOP SECRET facility clearance is required, and all personnel working on Task Orders must possess a TS/SCI Clearance prior to performance.
- Place of Performance: To be determined (Contracting Office: Redstone Arsenal, AL).
Evaluation & Clarifications
This is a qualification-based procurement where the Government intends to award IDIQ contracts to all