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 issued a Solicitation (RFP) for Contract Operations for Missile Evaluation and Testing (COMET). This Multiple Award Indefinite Delivery/Indefinite Quantity (MA IDIQ) contract seeks support for research, development, and sustainment of capabilities related to missile and space intelligence. Proposals are due by April 10, 2026, at 5:00 PM CT.
Scope of Work
The COMET program requires contractor support for scientific and technical intelligence (S&TI) and foundational military intelligence (FMI) analysis of foreign weapon systems. This includes assessing characteristics, performance, operations, limitations, and vulnerabilities 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 needed in various domains (Air, Ground, Space/Near-Space) and disciplines (e.g., S&TI, TechSIGINT, MASINT, GEOINT, OSINT, AI/ML, SWRE, RF, EO/IR, Advanced Analytics). Deliverables will be specified in individual Task Orders (TOs).
Contract Details
- Contract Type: Multiple Award Indefinite Delivery/Indefinite Quantity (MA IDIQ)
- Period of Performance: A 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).
- Estimated Maximum Value: $14,088,291,226.98 billion
- Minimum Guarantee: $1,500.00
- Task Order Types: Cost-Plus-Fixed-Fee, Firm-Fixed-Price, and Time-and-Material.
- Set-Aside: This is an Unrestricted, Full and Open Competition. However, most Task Orders valued at $25M or less are anticipated to be reserved for Small Business IDIQ contract holders. Offerors must commit to a minimum of 30% of the total proposed contract value or subcontracted value being performed by Small Business firms, with specific socioeconomic goals (SDB 5%, WOSB 5%, SDVOSB 5%, HUBZone 3%).
- Place of Performance: To be determined per Task Order, but 50% of workstations must be within 180 miles of Redstone Arsenal.
- Security Requirements: A TOP SECRET facility clearance (FCL) is required for the prime offeror at proposal submission. Personnel working on Task Orders must possess a TS/SCI Clearance prior to commencing work. For Joint Ventures, the JV itself must hold a TS FCL or be a documented "Covered JV" by DCSA. SCIFs accredited by another agency require a co-use/joint-use sponsorship letter at proposal submission.
Evaluation Criteria
Proposals will be evaluated in a three-step process, not based on price for the IDIQ award. Key factors include:
- Security (Factor I): Pass/Fail.
- Technical/Management Capability (Factor II): Must be rated Acceptable.
- Past Performance (Factor III): Must be rated Acceptable. Offerors must complete Attachment 1 (Past Performance Information). Past Performance Questionnaires (PPQs) Page 1 must be included in Volume III, with references sending the full PPQ directly to the Contracting Officer.
- Small Business Participation Commitment (Factor IV): Must be rated Pass.
Key Clarifications & Submission Requirements
- Proposal Due Date: Extended to April 10, 2026, at 5:00 PM CT.
- Organizational Conflict of Interest (OCI): Separate OCI statements are required for the prime and each teaming partner/JV/subcontractor, to be addressed in Volume 0 (Administrative Volume) under Responsibility. Page limits for OCI statements have been removed.
- Attachment Formatting: Offerors must use the Government-provided fillable PDF for Attachment 1, with one additional "Cell H continuation page" allowed. Content requiring scrolling in fillable PDFs will not be evaluated.
- Redaction: Offerors must redact identifying information (e.g., specific program names, customer descriptors) while ensuring sufficient technical content for evaluation.
- Registration: Offerors must be registered in SAM.gov.
- Contacts: Willimenia Robinson (willimenia.robinson@dodiis.mil, 256-313-7079) and CPT Shavon Holman (shavon.holman@dodiis.mil, 256-313-7922).