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 27, 2026, 5:00 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 Multiple Award Indefinite Delivery, Indefinite Quantity (MA IDIQ) contract seeks support for research, development, sustainment, and all-source intelligence analysis related to foreign weapon systems. The competition is Unrestricted, Full and Open, with significant small business participation requirements. Proposals are due April 27, 2026, at 12:00 PM CST.

Scope of Work

The COMET program requires contractor support for scientific and technical intelligence (S&TI) and foundational military intelligence (FMI) analysis of foreign weapon systems, covering their characteristics, performance, operations, limitations, and vulnerabilities. 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. Expertise is needed across various domains (Air, Ground, Space/Near-Space) and disciplines (e.g., S&TI, TechSIGINT, MASINT, GEOINT, OSINT, AI/ML).

Contract Details

  • Contract Type: Multiple Award Indefinite Delivery, Indefinite Quantity (MA IDIQ)
  • Period of Performance: A five-year base ordering period with a five-year option ordering period. Individual Task Orders may have up to a one-year base and four one-year option periods.
  • Estimated Value: Minimum $1,500.00; Estimated Maximum $14,088,291,226.98.
  • Task Order Types: May include Time and Material, Cost-Plus Fixed Fee, and Firm-Fixed Price.
  • Set-Aside: Unrestricted, Full and Open Competition. However, a minimum of 30% of the total proposed contract value or subcontracted value must be performed by Small Business firms. Specific socioeconomic goals are outlined for SDB (5%), WOSB (5%), SDVOSB (5%), and HUBZone (3%). Most Task Orders valued at $25M or less are anticipated to be reserved for Small Business IDIQ contract holders.
  • Place of Performance: To be determined by Task Order, but 50% of workstations must be within 180 miles of Redstone Arsenal, AL.

Submission & Evaluation

  • Proposal Due Date: April 27, 2026, at 12:00 PM CST.
  • Evaluation Factors: Price is not an evaluation factor for the IDIQ award. Evaluation focuses on:
    • Security (Factor I): Pass/Fail (requires TOP SECRET facility clearance and TS/SCI personnel).
    • Technical/Management Capability (Factor II): Acceptable.
    • Past Performance (Factor III): Acceptable.
    • Small Business Participation Commitment (Factor IV): Pass.
  • Key Requirements: Offerors must acknowledge Amendment 05. Vendor external facilities must possess an existing Sensitive Compartmented Information Facility (SCIF) compliant with ICD 705. For SCIFs accredited by another agency, co-use/joint-use sponsorship letters are required at proposal submission. Joint Ventures must hold a TS FCL or be a "Covered JV." Organizational Conflict of Interest (OCI) approaches must be addressed in Volume 0.

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
Download
Download

Versions

Version 16
Solicitation
Posted: Apr 23, 2026
View
Version 15
Solicitation
Posted: Apr 21, 2026
View
Version 14Viewing
Solicitation
Posted: Apr 15, 2026
Version 13
Solicitation
Posted: Apr 9, 2026
View
Version 12
Solicitation
Posted: Apr 8, 2026
View
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