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 issued 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) with scientific and technical intelligence (S&TI) and foundational military intelligence (FMI) analysis of foreign weapon systems. The solicitation is a Partial Small Business Set-Aside (FAR 19.5), with the IDIQ awarded on an unrestricted basis, but anticipating small business set-asides for task orders under $25M. Proposals are due April 10, 2026, by 5:00 PM CT.

Scope of Work

The COMET contract requires support for research, development, and sustainment of hardware, systems, and software capabilities, alongside all-source analysis and production for DIA, DoD, and national-level intelligence efforts. This includes analysis of foreign weapon systems' characteristics, performance, 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, AI/ML, SWRE, RF, EO/IR, Advanced Analytics). Deliverables will be specified in individual Task Orders.

Contract Details

  • Contract Type: Multiple Award IDIQ (Cost-Plus-Fixed-Fee, Firm-Fixed-Price, Time-and-Material Task Orders).
  • Period of Performance: 5-year base ordering period + 5-year option ordering period. Task Orders may have up to a 1-year base and four 1-year option periods.
  • Estimated Value: Minimum $1,500.00; Estimated Maximum $14,088,291,226.98.
  • Set-Aside: Partial Small Business Set-Aside (FAR 19.5). The IDIQ is full and open, but most Task Orders under $25M are anticipated to be reserved for Small Business IDIQ holders.
  • Product Service Code (PSC): AC23 - National Defense R&D Services; Atomic Energy Defense Activities; Experimental Development.
  • Security Requirements: A TOP SECRET facility clearance is required for the prime offeror. Personnel must possess TS/SCI clearance prior to working. Vendor external facilities must have an existing Sensitive Compartmented Information Facility (SCIF) compliant with ICD 705.

Submission & Evaluation

  • Proposal Due Date: April 10, 2026, 5:00 PM CT.
  • Evaluation: Proposals will be evaluated on Security (Factor I - Pass/Fail), Technical/Management Capability (Factor II - Acceptable), Past Performance (Factor III - Acceptable), and Small Business Participation Commitment (Factor IV - Pass). Price is not an evaluation factor for the IDIQ award.
  • Small Business Participation: A minimum of 30% of the total proposed contract or subcontracted value must be performed by Small Business firms, with specific goals for SDB (5%), WOSB (5%), SDVOSB (5%), and HUBZone (3%).
  • SCIF Documentation: Offerors with SCIFs accredited by another agency must provide evidence of co-use/joint-use sponsorship initiation at proposal submission. A fully executed agreement is required within 60 days of contract award and DD Form 254 receipt. Joint Ventures must hold a TS FCL or be a documented "Covered JV".
  • Workstation Location: 50% of workstations must be within 180 miles of Redstone Arsenal.
  • OCI Statements: Separate OCI statements are required for the prime and each teaming partner/JV partner/subcontractor.

Contacts

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 12Viewing
Solicitation
Posted: Apr 8, 2026
Version 11
Solicitation
Posted: Apr 8, 2026
View
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