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 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 support the Missile and Space Intelligence Center (MSIC) with research, development, sustainment, and intelligence analysis of foreign weapon systems. Proposals are due April 3, 2026.
Scope of Work
The COMET contract requires support for scientific and technical intelligence (S&TI) and foundational military intelligence (FMI) analysis. This includes analysis of foreign weapon systems' characteristics, performance, operations, limitations, and vulnerabilities across five mission task areas: Foundational and Technical Intelligence Analysis, Foreign Materiel Exploitation, IT Operations, Modeling and Simulation (M&S), and Business Processes. Expertise is needed 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). Specific task orders may include labor for Offensive Missile System Analysis Support and Other Direct Costs (ODCs) for travel and material.
Contract & Timeline
- Contract Type: Multiple Award Indefinite Delivery/Indefinite Quantity (MA IDIQ)
- Duration: Five (5) year base ordering period with a five (5) year option ordering period. Task Orders may have up to a one (1) year base and four (4) option periods (each not exceeding one year).
- Value: Estimated maximum quantity of $14,088,291,226.98 billion; minimum quantity of $1,500.00.
- Task Order Types: Cost-Plus-Fixed-Fee, Firm-Fixed-Price, and Time-and-Material.
- Set-Aside: Unrestricted, Full and Open Competition. However, a minimum of 30% of the total proposed contract value or subcontracted value must be performed by Small Business firms, with specific socioeconomic goals for SDB (5%), WOSB (5%), SDVOSB (5%), and HUBZone (3%).
- Solicitation Release Date: March 2, 2026
- RFP Questions Due: March 13, 2026, NLT 12:00pm (noon) CST (Attachment 6 RFP Matrix).
- Proposal Due Date: April 3, 2026, by 5:00 PM CT.
Evaluation
Proposals will be evaluated based on meeting minimum qualification criteria, not price for the IDIQ award. The evaluation follows a three-step process:
- Acceptability: Security (Factor I) is Pass/Fail.
- Technical/Management Capability (Factor II): Must be rated Acceptable.
- Past Performance (Factor III): Must be rated Acceptable.
- Small Business Participation Commitment (Factor IV): Must be rated Pass. Offerors must be registered in SAM.gov.
Key Attachments & Notes
- Attachment 1: Past Performance Information: Bidders must complete this form detailing past contract experience.
- Attachment 2: Past Performance Questionnaire: Used by evaluators to assess contractor performance.
- Attachment 5: Security Certification Questionnaire: A mandatory Pass/Fail form for security information.
- Attachment 6: RFP Questions Matrix: For submitting structured questions.
- Security Requirements: A TOP SECRET facility clearance is required. Personnel must have a TS/SCI Clearance prior to working on efforts. Vendor External Facilities must possess an existing Sensitive Compartmented Information Facility (SCIF) compliant with ICD 705 standards.