Intelligence and Automation Operations

SOL #: W50NH9-26-R-A002Solicitation

Overview

Buyer

DEPT OF DEFENSE
Dept Of The Army
W6QK INSCOM BELVOIR
FORT BELVOIR, VA, 22060-5246, United States

Place of Performance

Fort Belvoir, VA

NAICS

Other Computer Related Services (541519)

PSC

Intelligence Services (R423)

Set Aside

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

Timeline

1
Posted
Dec 30, 2025
2
Last Updated
Apr 16, 2026
3
Submission Deadline
Apr 24, 2026, 1:00 PM

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 U.S. Army Contracting Command-Detroit Arsenal (ACC-DTA), on behalf of the U.S. Army Intelligence and Security Command (INSCOM), is soliciting proposals for Intelligence and Automation Operations. This is a Firm Fixed Price - Level of Effort (FFP-LOE) contract to provide comprehensive operational intelligence integration and data-centric support to the Data Capabilities Division (DCD). This opportunity is a 100% Small Business Set-Aside. Proposals are due by 9:00 AM EST on April 24, 2026.

Scope of Work

The contractor shall provide all personnel, supervision, and non-personal services for operational intelligence integration and data-centric support. Key task areas include:

  • DCD Cross Domain Solutions and Digital Content Management
  • DCD Data, Messaging, Systems Integration and Trex Support
  • DCD Operations Support
  • DCD Access Management
  • Information Technology Support Services aim to enable intelligence consumers to discover, access, and share relevant Intelligence Community (IC) reporting across networks. Critical services require tactical timeliness, with support often needed within 24-48 hours.

Contract Details

  • Solicitation Number: W50NH9-26-R-A002
  • Contract Type: Firm Fixed Price - Level of Effort (FFP-LOE)
  • Set-Aside: 100% Small Business Set-Aside (FAR 19.5)
  • NAICS Code: 541519, Size Standard: $34,000,000
  • Product Service Code: R423 – Support-Professional: Intelligence
  • Period of Performance: A 12-month base period (August 1, 2026 - July 31, 2027) with four 12-month option periods, plus a FAR 52.217-8 extension, totaling up to 5 years and 6 months.
  • Total Level of Effort (LOE): 488,994 hours, with options to extend up to 444,540 hours, and an additional 44,454 hours if FAR 52.217-8 is exercised. The base year LOE is 88,908 hours.
  • Place of Performance: Primarily INSCOM Nolan Building, Fort Belvoir, VA; Ft. Liberty, NC; Joint Base Lewis-McChord, WA; and Ft. Huachuca, AZ.

Key Requirements & Special Conditions

  • Security Clearances: A TOP SECRET Facility Clearance (FCL) is required. Personnel must maintain TOP SECRET/SCI clearance with Special Background Investigation (SBI) and be able to attain specific access levels (SI-G, TK, KLM-R, HCS, NATO SECRET). A Counterintelligence (CI) polygraph examination may be required for select personnel, with costs borne by the government. Personnel must possess required clearances at the time of award.
  • Cybersecurity: CMMC Level 2 (Self) is required at the time of contract award for all contractor information systems processing Federal Contract Information (FCI) or Controlled Unclassified Information (CUI).
  • Personnel: Minimum of 2 contractor personnel on shift at all times for Data Transfer Agent (DTA) operations. A contract manager and alternate must be provided at no direct labor cost.
  • Deliverables: Numerous Contract Data Requirements List (CDRL) items are specified, including Personnel Resumes, Travel Trip Reports, Monthly Financial Status Reports (MFSR), Quality Control Plans (QCP), OPSEC Plans, Transition Plans, various SOPs, and metrics logs. Costs for CDRL deliverables are to be included within labor CLINs.
  • Pricing: Offerors must use the Government Format Pricing Model (Attachment 0001) and input Fully Burdened Labor Rates (FBLRs) and ODC burden rates. No profit or fee is allowed on ODCs.
  • Training: Mandatory training includes Cyber Awareness, Information Assurance, Intelligence Oversight, Information Security, OPSEC, Classification Marking, Threat Awareness, and Data Transfer Agent (DTA) training.

Submission & Evaluation

  • Proposal Due: 9:00 AM EST on April 24, 2026.
  • Submission: Electronically to christina.l.cano-dickey.civ@army.mil. Proposals must adhere to specific formatting and file naming conventions. The Government may use AI tools to assist in proposal review.
  • Evaluation Factors: Proposals will be evaluated based on two factors: Staffing Plan Factor (significantly more important) and Price Factor. Award will be made using a best value trade-off process.
  • Eligibility: Offerors must be registered in the System for Award Management (SAM) at www.sam.gov.

Contact Information

People

Points of Contact

Christina Cano-DickeyPRIMARY
Paul HorrellSECONDARY

Files

Files

Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download

Versions

Version 6
Solicitation
Posted: Apr 16, 2026
View
Version 5Viewing
Solicitation
Posted: Apr 9, 2026
Version 4
Solicitation
Posted: Mar 18, 2026
View
Version 3
Solicitation
Posted: Mar 18, 2026
View
Version 2
Pre-Solicitation
Posted: Jan 5, 2026
View
Version 1
Pre-Solicitation
Posted: Dec 30, 2025
View