Solicitation for COMET Defense Intelligence Agency Missile and Space Intelligence Center
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 Defense Intelligence Agency (DIA) Missile and Space Intelligence Center (MSIC) has released a Solicitation (RFP HHM402-26-COMET) for Contract Operations for Missile Evaluation and Testing (COMET). This is a Multiple Award Indefinite Delivery, Indefinite Quantity (MA IDIQ) contract with an estimated maximum value of $14.088 billion over a potential 10-year period. The opportunity seeks support for research, development, and analysis of foreign weapon systems. Proposals are due April 3, 2026, by 5:00 PM CT.
Purpose & Scope
MSIC requires contract support for the research, development, and sustainment of new and existing hardware, systems, and software capabilities, as well as foundational military intelligence (FMI). This effort enables all-source analysis and production for the DIA, Department of Defense (DoD), and national-level intelligence. Specifically, it involves scientific and technical intelligence (S&TI) and FMI analysis of foreign weapon systems across five mission task areas, five domains, and multiple disciplines.
Contract Details
- Contract Type: Multiple Award Indefinite Delivery, Indefinite Quantity (MA IDIQ)
- Period of Performance: A five-year base ordering period with a five-year option ordering period (total 10 years). Individual task orders may have up to a one-year base and four one-year option periods.
- Estimated Value: Minimum $1,500; Estimated Maximum $14,088,291,226.98 billion.
- Task Order Types: May include Cost-Plus-Fixed-Fee, Firm-Fixed-Price, and Time-and-Material.
- Product Service Code (PSC): AC23 National Defense R&D Services; Atomic Energy Defense Activities; Experimental Development.
- Place of Performance: To be determined (TBD) at the task order level, potentially CONUS and OCONUS.
Set-Aside & Eligibility
This is an unrestricted, full and open competition. However, it is anticipated that most Task Orders valued at $25M or less will be reserved for Small Business IDIQ contract holders. Mandatory Requirements: Offerors must possess a TOP SECRET facility clearance, and personnel working on task orders must have a TS/SCI Clearance prior to commencing work. Registration in SAM.gov is also required.
Submission & Evaluation
- Proposal Submission Deadline: April 3, 2026, by 5:00 PM CT.
- Key Deadlines: RFP Questions are due 10 calendar days after RFP Release; Abstract submissions are due 3 business days before the proposal due date.
- Evaluation Factors: Proposals will be evaluated based on meeting minimum qualification criteria, technical/management capability, past performance, and small business participation commitment. Price is not an evaluation factor for the IDIQ award but will be considered for task orders.
- Required Attachments: Offerors must complete and submit Attachment 1 (Past Performance Information) and Attachment 5 (Security Certification Questionnaire - Pass/Fail). Attachment 2 (Past Performance Questionnaire) outlines criteria for evaluator feedback.
- Submission Method: Proposals must be submitted electronically.
Contact Information
- Primary: Willimenia Robinson (willimenia.robinson@dodiis.mil, 256-313-7079)
- Secondary: CPT Shavon Holman (shavon.holman@dodiis.mil, 256-313-7922)