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 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
- Primary: Willimenia Robinson (willimenia.robinson@dodiis.mil, 256-313-7079)
- Secondary: CPT Shavon Holman (shavon.holman@dodiis.mil, 256-313-7922)