Solicitation for COMET Defense Intelligence Agency Missile and Space Intelligence Center

SOL #: HHM40226COMETSolicitation

Overview

Buyer

DEPT OF DEFENSE
Defense Intelligence Agency (Dia)
VIRGINIA CONTRACTING ACTIVITY
WASHINGTON, DC, 203405100, United States

Place of Performance

Redstone Arsenal, AL

NAICS

Research and Development in the Physical (541715)

PSC

National Defense R&D Services; Atomic Energy Defense Activities; Experimental Development (AC23)

Set Aside

Partial Small Business Set-Aside (FAR 19.5) (SBP)

Timeline

1
Posted
Mar 2, 2026
2
Last Updated
Mar 9, 2026
3
Submission Deadline
Apr 3, 2026, 10:00 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 Defense Intelligence Agency (DIA), through the Virginia Contracting Activity (VaCA), 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 to provide critical scientific and technical intelligence (S&TI) and foundational military intelligence (FMI) analysis of foreign weapon systems. The estimated maximum value is over $14 billion. Proposals are due April 3, 2026, by 5:00 PM CT.

Scope of Work

The COMET program requires contractor support for research, development, and sustainment of hardware, systems, and software capabilities, alongside all-source analysis and production for DIA, DoD, and national-level intelligence efforts. This includes intelligence assessments on foreign weapon systems to aid in the development of U.S. weapons and countermeasures. Support is needed across five mission task areas: Foundational and Technical Intelligence Analysis, Foreign Materiel Exploitation, Information Technology (IT) Operations, Modeling and Simulation (M&S), and Business Processes. Expertise is sought in various domains (Air, Ground, Space/Near-Space) and disciplines (S&TI, TechSIGINT, MASINT, GEOINT, OSINT, AI/ML, SWRE, RF, EO/IR, IT Operations, M&S, Advanced Analytics). Deliverables will be specified in individual Task Orders (TOs).

Contract Details

  • Contract Type: Multiple Award Indefinite Delivery, Indefinite Quantity (MA IDIQ)
  • Product Service Code (PSC): AC23 - National Defense R&D Services; Atomic Energy Defense Activities; Experimental Development
  • Period of Performance: A five (5) year base ordering period with a five (5) year option ordering period. Individual Task Orders may have up to a one (1) year base period and up to four (4) option periods.
  • Estimated Value: Minimum $1,500.00; Estimated Maximum $14,088,291,226.98 billion.
  • Task Order Types: Cost-Plus-Fixed-Fee, Firm-Fixed-Price, and Time-and-Material.
  • Set-Aside: Unrestricted, Full and Open Competition. Most Task Orders valued at $25M or less are anticipated to be reserved for Small Business IDIQ contract holders.
  • Place of Performance: To be determined (TBD) by individual Task Orders, potentially CONUS and OCONUS.

Submission & Evaluation

  • Proposal Due Date: April 3, 2026, by 5:00 PM CT.
  • RFP Questions Matrix Due: March 13, 2026, NLT 12:00 PM (noon) CST.
  • Evaluation Process: A three-step process focusing on qualification criteria, not price for the IDIQ award.
    • Step 1 (Acceptability): Offerors must be determined responsible and submit technically acceptable proposals.
    • Step 2 (Likelihood to Offer Fair and Reasonable Pricing): Assessed for task orders.
    • Step 3 (Responsibility): Overall responsibility determination.
  • Evaluation Factors:
    • Security (Factor I): Pass/Fail (requires TS/SCI clearance for personnel and TOP SECRET facility clearance).
    • Technical/Management Capability (Factor II): Must be rated Acceptable.
    • Past Performance (Factor III): Must be rated Acceptable (requires submission of Attachment 1 and evaluation via Attachment 2).
    • Small Business Participation Commitment (Factor IV): Must be rated Pass.
  • Required Attachments: Bidders must complete and submit Attachment 1 (Past Performance Information), Attachment 5 (Security Certification Questionnaire - Pass/Fail), and use Attachment 6 (RFP Matrix) for questions.
  • Registration: Offerors must be registered in SAM.gov.

Contacts

People

Points of Contact

CPT Shavon HolmanSECONDARY

Files

Files

Download
Download
Download
Download
Download

Versions

Version 5
Solicitation
Posted: Mar 9, 2026
View
Version 4Viewing
Solicitation
Posted: Mar 4, 2026
Version 3
Solicitation
Posted: Mar 3, 2026
View
Version 2
Solicitation
Posted: Mar 3, 2026
View
Version 1
Solicitation
Posted: Mar 2, 2026
View
Solicitation for COMET Defense Intelligence Agency Missile and Space Intelligence Center | GovScope