Intelligence and Automation Operations

SOL #: W50NH9-26-R-A002r1Pre-Solicitation

Overview

Buyer

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
Jan 21, 2026
2
Last Updated
Jan 21, 2026
3
Response Deadline
Jan 30, 2026, 2:00 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), has issued a Presolicitation for Intelligence and Automation Operations. This announcement seeks industry feedback on a draft solicitation (W50NH926RA002) for comprehensive operational intelligence integration and data-centric support. Clarifying questions and feedback are due by 9:00 AM EST on January 30, 2026.

Purpose & Scope

This requirement aims to provide comprehensive operational intelligence integration and data-centric support to INSCOM's Data Capabilities Division (DCD) and its diverse customer base. The contractor will support the Army Intelligence Security Enterprise (AISE) through software solutions for all-source intelligence analysis and production, including cross-domain solutions, secure network access, data management, systems integration, and access to intelligence reporting. The scope covers six task areas, including DCD Cross Domain Solutions, Data, Messaging, Systems Integration, Operations Support, Access Management, and IT Support.

Contract Details

The anticipated contract is a Firm Fixed Price Level of Effort (LOE) with Cost Reimbursable CLINs for Other Direct Costs (ODCs). It includes a 12-month base period and four 12-month option periods, for a total duration not exceeding 5 years and 6 months. The draft solicitation outlines a total LOE of 470,591 hours, with potential option hours. The primary NAICS code is 541519 (Computer Systems Design Services) with a $34,000,000 size standard, and the Product Service Code is R423 (Intelligence Services). Performance will occur at Fort Belvoir, VA; Ft. Eisenhower, GA; Ft. Liberty, NC; Joint Base Lewis-McChord, WA; and Ft. Huachuca, AZ.

Key Requirements & Security

The requirement demands significant security clearances and compliance. Contractor personnel must possess TOP SECRET/SCI with SBI and the ability to attain specific access levels (SI-G, TK, KLM-R, HCS, NATO SECRET), with select personnel requiring a Counterintelligence (CI) polygraph. A TOP SECRET Facility Clearance (FCL) is mandatory. The contract will involve access to National Intelligence Information (SCI and Non-SCI), COMSEC, and Controlled Unclassified Information (CUI). Offerors must comply with Cybersecurity Maturity Model Certification (CMMC) levels as specified in DFARS clauses. The Contract Data Requirements List (CDRL) outlines 24 data items, including personnel resumes, financial reports, Quality Control Plans, OPSEC plans, and various SOPs.

Submission & Feedback

This is a presolicitation for feedback on a draft. Interested parties are requested to submit clarifying questions or concerns regarding the draft solicitation, PWS, CDRLs, and Government Format Pricing Model. Responses, limited to three pages, are due no later than 9:00 AM EST on January 30, 2026, via email to Christina.l.cano-dickey.civ@army.mil. The draft solicitation indicates that future evaluation will be based on a best value trade-off, with the Staffing Plan Factor significantly more important than the Cost/Price Factor. Response to this presolicitation is voluntary and for planning purposes only.

Important Notes

One of the Performance Work Statement documents is protected by Microsoft Information Protection, requiring a compatible PDF viewer or permissions for access. Potential offerors are responsible for monitoring SAM.gov for official information and future solicitations.

People

Points of Contact

Christina Cano-DickeyPRIMARY

Files

Files

No files attached to this opportunity

Versions

Version 2
Pre-Solicitation
Posted: Jan 21, 2026
View
Version 1Viewing
Pre-Solicitation
Posted: Jan 21, 2026
Intelligence and Automation Operations | GovScope