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 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). The estimated maximum value is over $14 billion. Proposals are due April 10, 2026, by 5:00 PM CT.
Scope of Work
This opportunity seeks contractor support for research, development, and sustainment of new and existing hardware, systems, software capabilities, and foundational military intelligence (FMI). The primary objective is to provide scientific and technical intelligence (S&TI) and FMI analysis of foreign weapon systems across five mission task areas (Foundational and Technical Intelligence Analysis, Foreign Materiel Exploitation, IT Operations, Modeling and Simulation, Business Processes) and five domains (Air, Ground, Space/Near-Space). This analysis supports the DIA, Department of Defense (DoD), and national-level intelligence efforts.
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 (TOs) may have up to a one (1) year base period and up to four (4) option periods (each not exceeding one year).
- Estimated Value: Minimum $1,500.00; Estimated Maximum $14,088,291,226.98.
- Task Order Types: May include Cost-Plus-Fixed-Fee, Firm-Fixed-Price, and Time-and-Material.
Set-Aside & Eligibility
This is an unrestricted, full and open competition for the MA IDIQ. While the IDIQ itself is unrestricted, it is anticipated that most Task Orders valued at $25M or less will be reserved for Small Business IDIQ contract holders. Offerors must commit to a minimum of 30% of the total proposed contract or subcontracted value being performed by Small Business firms, with specific socioeconomic goals outlined.
Key Requirements & Evaluation
- Security: A TOP SECRET facility clearance is required for the Prime Offeror at proposal submission. Personnel working on Task Orders must have a TS/SCI Clearance. For Joint Ventures, the JV itself must hold a TS FCL or be a documented Covered JV.
- Workstation Location: 50% of workstations must be within 180 miles of Redstone Arsenal, an IDIQ-level requirement.
- 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. Security (Factor I) is Pass/Fail; Technical/Management Capability (Factor II) and Past Performance (Factor III) must be rated Acceptable; Small Business Participation Commitment (Factor IV) must be rated Pass.
Submission & Important Notes
- Proposal Due Date: April 10, 2026, by 5:00 PM CT.
- Q&A Period: Concluded. Responses to follow-up questions and updates to Section L were provided in Amendment 0002.
- Attachments: Offerors must use Government-provided fillable PDF forms for attachments like Past Performance Information (Attachment 1) and the Security Certification Questionnaire (Attachment 5).
- OCI Statements: Separate OCI statements are required for the prime and each teaming partner/JV partner/subcontractor.
Contact Information
- Primary: Willimenia Robinson (willimenia.robinson@dodiis.mil, 256-313-7079)
- Secondary: CPT Shavon Holman (shavon.holman@dodiis.mil, 256-313-7922)