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
Apr 23, 2026
3
Submission Deadline
Apr 10, 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 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

People

Points of Contact

CPT Shavon HolmanSECONDARY

Files

Files

Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download

Versions

Version 16
Solicitation
Posted: Apr 23, 2026
View
Version 15
Solicitation
Posted: Apr 21, 2026
View
Version 14
Solicitation
Posted: Apr 15, 2026
View
Version 13
Solicitation
Posted: Apr 9, 2026
View
Version 12
Solicitation
Posted: Apr 8, 2026
View
Version 11Viewing
Solicitation
Posted: Apr 8, 2026
Version 10
Solicitation
Posted: Apr 8, 2026
View
Version 9
Solicitation
Posted: Apr 7, 2026
View
Version 8
Solicitation
Posted: Mar 30, 2026
View
Version 7
Solicitation
Posted: Mar 26, 2026
View
Version 6
Solicitation
Posted: Mar 20, 2026
View
Version 5
Solicitation
Posted: Mar 9, 2026
View
Version 4
Solicitation
Posted: Mar 4, 2026
View
Version 3
Solicitation
Posted: Mar 3, 2026
View
Version 2
Solicitation
Posted: Mar 3, 2026
View
Version 1
Solicitation
Posted: Mar 2, 2026
View