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), is soliciting proposals for the Contract Operations for Missile Evaluation and Testing (COMET) Multiple Award Indefinite Delivery, Indefinite Quantity (MA IDIQ) contract. This opportunity seeks support for the Missile and Space Intelligence Center (MSIC) in research, development, sustainment, and all-source analysis related to foreign weapon systems and foundational military intelligence. This is a Partial Small Business Set-Aside. Proposals are due by April 20, 2026, at 12:00 PM CST.
Scope of Work
The contractor will provide scientific and technical intelligence (S&TI) and foundational military intelligence (FMI) analysis of foreign weapon systems. This encompasses five mission task areas: Foundational and Technical Intelligence Analysis, Foreign Materiel Exploitation, Information Technology (IT) Operations, Modeling and Simulation (M&S), and Business Processes. Work spans Air, Ground, and Space/Near-Space domains, requiring expertise in disciplines such as S&TI, TechSIGINT, MASINT, GEOINT, OSINT, AI/ML, SWRE, RF, EO/IR, IT Operations, M&S, and Advanced Analytics. Support also includes labor for Offensive Missile System Analysis, Other Direct Costs (ODCs), Maintenance & Repair, and Data Reporting.
Contract Details
This is a Multiple Award IDIQ contract with a 5-year base ordering period and a 5-year option ordering period. Individual task orders may have up to a 1-year base and up to four 1-year option periods. The estimated maximum value is $14,088,291,226.98, with a minimum guarantee of $1,500. Task orders may be Cost-Plus-Fixed-Fee, Firm-Fixed-Price, or Time-and-Material. While the IDIQ is full and open competition, it is a Partial Small Business Set-Aside, with most task orders under $25M anticipated for Small Business IDIQ holders. A minimum of 30% of the proposed contract value must be performed by Small Business firms, with specific socioeconomic goals.
Submission & Evaluation
Proposals are due April 20, 2026, at 12:00 PM CST. Evaluation for the IDIQ award is based on qualification criteria, not price, following a three-step process: Acceptability, Likelihood to Offer Fair and Reasonable Pricing (at the task order level), and Responsibility. Key evaluation factors include Security (Pass/Fail), Technical/Management Capability (Acceptable), Past Performance (Acceptable), and Small Business Participation Commitment (Pass).
Key Requirements & Clarifications
Offerors must ensure the Prime (or Joint Venture) holds a Top Secret Facility Clearance (TS FCL) at proposal submission. For SCIFs accredited by another agency, evidence of co-use/joint-use sponsorship initiation is required with the proposal, with a fully executed agreement due within 60 days of award. A requirement for 50% of workstations to be within 180 miles of Redstone Arsenal applies at the IDIQ level. Separate Organizational Conflict of Interest (OCI) statements are required for the prime and each teaming partner/subcontractor.