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 Multiple Award Indefinite Delivery/Indefinite Quantity (MA IDIQ) contract seeks support for all-source analysis and production of scientific and technical intelligence (S&TI) and foundational military intelligence (FMI) on foreign weapon systems. Proposals are due April 10, 2026, by 5:00 PM CT.
Purpose & Scope
This opportunity aims to procure contractor support for research, development, and sustainment of hardware, systems, and software capabilities, as well as FMI enabling all-source analysis for DIA, DoD, and national intelligence efforts. The scope 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, Business Processes) and various domains (Air, Ground, Space/Near-Space). Expertise in disciplines such as S&TI, TechSIGINT, MASINT, GEOINT, OSINT, AI/ML, and Advanced Analytics is required.
Contract Details
- 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 one-year base and four one-year option periods.
- Task Order Types: Cost-Plus-Fixed-Fee, Firm-Fixed-Price, and Time-and-Material.
- Estimated Maximum Value: $14,088,291,226.98 billion
- Minimum Value: $1,500.00
- Set-Aside: This is an unrestricted, full and open competition. However, the government anticipates reserving most Task Orders valued at $25M or less for Small Business IDIQ contract holders. 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%).
Evaluation Criteria
Proposals will undergo a three-step evaluation process focusing on:
- Security (Factor I): Pass/Fail. A Top Secret Facility Clearance (FCL) is required for the Prime Offeror or Joint Venture at proposal submission. Personnel require TS/SCI clearance.
- 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. Price is not an evaluation factor for the IDIQ award but will be considered at the task order level.
Key Requirements & Clarifications
- Offerors must provide separate Organizational Conflict of Interest (OCI) statements for the prime and all teaming partners/subcontractors.
- The requirement for 50% of workstations to be within 180 miles of Redstone Arsenal is an IDIQ-level requirement.
- SCIF documentation (co-use/joint-use sponsorship letter) is required at proposal submission if the SCIF is accredited by another agency.
- For fillable PDF attachments, ensure all information is visible in the printed/PDF view.
Deadlines & Contacts
- Proposal Submission Due: April 10, 2026, by 5:00 PM CT.
- Contracting Office: Virginia Contracting Activity, Redstone Arsenal, AL.
- Primary Contact: Willimenia Robinson, willimenia.robinson@dodiis.mil, 256-313-7079.
- Secondary Contact: CPT Shavon Holman, shavon.holman@dodiis.mil, 256-313-7922.