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), through the Virginia Contracting Activity (VaCA), has released a Request for Proposal (RFP) for Contract Operations for Missile Evaluation and Testing (COMET). This is a Multiple Award Indefinite Delivery, Indefinite Quantity (MA IDIQ) contract to support the Missile and Space Intelligence Center (MSIC). Proposals are due April 3, 2026.
Scope of Work
The COMET contract requires support for research, development, and sustainment of new and existing hardware, systems, software capabilities, and foundational military intelligence (FMI). This includes enabling all-source analysis and production for the DIA, Department of Defense (DoD), and national-level intelligence efforts. Key objectives involve providing scientific and technical intelligence (S&TI) and FMI analysis of foreign weapon systems, covering characteristics, performance, operations, limitations, and vulnerabilities across five mission task areas, five domains, and multiple disciplines.
Contract & Timeline
- Contract Type: Multiple Award Indefinite Delivery, Indefinite Quantity (MA IDIQ)
- Period of Performance: 5-year base ordering period with a 5-year option ordering period. Task orders may have up to a 1-year base and up to 4 option periods.
- Estimated Maximum Value: $14,088,291,226.98 billion
- Set-Aside: Full and Open Competition for the MA IDIQ award, with a Partial Small Business Set-Aside (FAR 19.5) indicated. It is anticipated that most Task Orders valued at $25M or less will be reserved for Small Business IDIQ contract holders.
- Planned Solicitation Release Date: March 2, 2026
- Proposal Due Date: April 3, 2026, by 5:00 PM CT.
- RFP Questions Due: March 13, 2026, NLT 12:00 PM (noon) CST.
Evaluation
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 individual task orders. Offerors must be registered in SAM.gov.
Additional Notes
A TOP SECRET facility clearance is required, and personnel working on task orders must possess a TS/SCI Clearance prior to commencing work. Specific work locations (CONUS/OCONUS) and security requirements will be detailed in individual Task Orders. Required attachments include Past Performance Information (Attachment 1), Past Performance Questionnaire (Attachment 2), Security Certification Questionnaire (Attachment 5), and an RFP Questions Matrix (Attachment 6).