Intelligence and Automation Operations
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 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 (Solicitation W50NH9-26-R-A002). This Total Small Business Set-Aside opportunity seeks comprehensive operational intelligence integration and data-centric support for the Data Capabilities Division (DCD). Proposals are due May 1, 2026.
Scope of Work
The contractor will provide personnel, supervision, and non-personal services across five key task areas: DCD Cross Domain Solutions and Digital Content Management; DCD Data, Messaging, Systems Integration and Trex Support; DCD Operations Support; DCD Access Management; and Information Technology Support. The objective is to enable intelligence consumers to discover, access, and share relevant Intelligence Community (IC) reporting across networks. Performance standards include maintaining 99% system availability and timely intelligence product dissemination.
Contract Details
This is a Firm Fixed Price (FFP) with Level of Effort (LOE) contract, including Cost Reimbursable CLINs for Other Direct Costs (ODCs). The base period is 12 months (August 1, 2026 - July 31, 2027), with four 12-month option periods and a potential FAR 52.217-8 extension, totaling up to January 31, 2032. The total LOE allotment is 488,994 hours. The NAICS code is 541519 ($34M size standard), and the Product Service Code is R423 (Intelligence Services). Primary places of performance include INSCOM Nolan Building, Fort Belvoir, VA; Ft. Liberty, NC; Joint Base Lewis-McChord, WA; and Ft. Huachuca, AZ.
Key Requirements
A TOP SECRET facility clearance (FCL) is required. All contractor and subcontractor personnel must possess and maintain TOP SECRET/SCI clearance with Special Background Investigation (SBI) and be able to attain specific compartment access (SI-G, TK, KLM-R, HCS, NATO SECRET). A Counterintelligence (CI) polygraph examination may be required, with costs borne by the government. CMMC Level 2 (Self) is required at contract award for systems processing Federal Contract Information (FCI) or Controlled Unclassified Information (CUI). The solicitation specifies numerous Contract Data Requirements List (CDRL) items, including financial reports, quality control plans, and transition plans.
Submission & Evaluation
Proposals are due by 9:00 AM EST on May 1, 2026. Submissions must be made electronically via DOD SAFE, as detailed in Section L.2.3 of the solicitation. Evaluation will prioritize the Staffing Plan Factor (more important) over the Price Factor, using a source selection trade-off process. Offerors must be registered in SAM. The primary point of contact is Kameron McVittie (kameron.f.mcvittie.civ@army.mil).