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) Missile and Space Intelligence Center (MSIC) 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 provide critical intelligence analysis and support. The competition is Full and Open, with a Partial Small Business Set-Aside component and specific small business participation goals. Proposals are due April 27, 2026, at 12:00 PM CST.
Purpose & Scope
This opportunity seeks contractor support for research, development, and sustainment of hardware, systems, software, and foundational military intelligence (FMI). The primary objective is to deliver all-source analysis and production for DIA, Department of Defense (DoD), and national-level intelligence efforts, focusing on intelligence assessments of foreign weapon systems. The scope encompasses five mission task areas, five domains (including Air, Ground, and Space/Near-Space), and numerous disciplines such as S&TI, TechSIGINT, MASINT, GEOINT, OSINT, AI/ML, M&S, and Advanced Analytics.
Contract Details
The COMET contract is structured as a MA IDIQ, allowing for Cost-Plus-Fixed-Fee, Firm-Fixed-Price, and Time-and-Material Task Orders. It features a five-year base ordering period and a five-year option ordering period. Individual task orders may have up to a one-year base period and four option periods, each not exceeding one year. The estimated maximum value for services is $14.088 billion, with a minimum guarantee of $1,500. The Product Service Code is AC23 (National Defense R&D Services; Atomic Energy Defense Activities; Experimental Development). While the place of performance is TBD, 50% of workstations must be within 180 miles of Redstone Arsenal, AL.
Eligibility & Security
This is a Full and Open Competition, with a requirement for a minimum of 30% of the total proposed or subcontracted value to be performed by Small Business firms, including specific socioeconomic goals (SDB, WOSB, SDVOSB, HUBZone). A Top Secret facility clearance (FCL) is mandatory for the Prime Offeror (or Joint Venture) at proposal submission. All personnel working on task orders must possess a TS/SCI Clearance. For SCIFs accredited by another agency, evidence of co-use/joint-use sponsorship initiation must be provided with the proposal, with the fully executed agreement due within 60 days of contract award.
Submission & Evaluation
Proposals are due by April 27, 2026, at 12:00 PM CST. The IDIQ award will not be evaluated on price. Evaluation criteria include Security (Pass/Fail), Technical/Management Capability (Acceptable), Past Performance (Acceptable), and Small Business Participation Commitment (Pass). Offerors must review the substantively revised Sections L (Instructions to Offerors) and M (Evaluation Criteria), as well as the Statement of Work (SOW).
Key Amendments & Clarifications
The proposal due date has been extended multiple times, most recently to April 27, 2026. Amendments have introduced significant revisions to Sections L, M, and the SOW. Key clarifications address Facility Clearances (FCLs), SCIF documentation requirements, Organizational Conflict of Interest (OCI) statements, and the mandatory workstation location requirement near Redstone Arsenal.