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, is soliciting proposals for the Contract Operations for Missile Evaluation and Testing (COMET) program. This Multiple Award Indefinite Delivery, Indefinite Quantity (MA IDIQ) contract seeks support for all-source analysis and production for the Missile and Space Intelligence Center (MSIC). The opportunity is designated as a Partial Small Business Set-Aside. Proposals are due April 27, 2026, at 12:00 PM CST.
Scope of Work
The COMET program requires contractor support for research, development, and sustainment of hardware, systems, software capabilities, and foundational military intelligence (FMI). This includes scientific and technical intelligence (S&TI) and FMI analysis of foreign weapon systems across five mission task areas (Foundational and Technical Intelligence Analysis, Foreign Materiel Exploitation, IT Operations, Modeling and Simulation, Business Processes) and various domains (Air, Ground, Space/Near-Space). The objective is to provide intelligence assessments on foreign weapon systems to aid in the development of U.S. weapons and countermeasures.
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. Task orders may have up to a one-year base and four one-year option periods.
- Estimated Maximum Value: $14,088,291,226.98 billion
- Minimum Guarantee: $1,500.00
- Task Order Types: May include Time and Material, Cost-Plus Fixed Fee, and Firm-Fixed Price.
- Set-Aside: Partial Small Business Set-Aside. While the IDIQ is full and open, most Task Orders valued at $25M or less are anticipated to be reserved for Small Business IDIQ contract holders. A minimum of 30% of the total proposed contract value or subcontracted value must be performed by Small Business firms, with specific socioeconomic goals.
- Place of Performance: To be determined by individual Task Orders, but 50% of workstations must be within 180 miles of Redstone Arsenal.
- Security Requirements: Offerors must possess a TOP SECRET facility clearance. Personnel working on task orders require TS/SCI Clearance. Existing Sensitive Compartmented Information Facilities (SCIFs) compliant with ICD 705 standards are required.
Submission & Evaluation
- Proposal Due Date: April 27, 2026, 12:00 PM CST.
- Evaluation Factors: Proposals will be evaluated on a pass/fail basis for Security (Factor I), and rated Acceptable for Technical/Management Capability (Factor II) and Past Performance (Factor III). Small Business Participation Commitment (Factor IV) must be rated Pass. Price is not an evaluation factor for the IDIQ award.
- Key Documents: Offerors must use Government-provided fillable PDF forms for attachments (e.g., Attachment 1: Past Performance Information, Attachment 5: Security Certification Questionnaire). Past Performance Questionnaires (PPQs) Page 1 must be included in Volume III, with references sending full PPQs directly to the Contracting Officer.
Key Amendments & Clarifications
Multiple amendments have significantly revised the solicitation. The latest clarifications (post-Amendment 05) address SCIF documentation, requiring evidence of initiated co-use/joint-use sponsorship at proposal submission, with the fully executed agreement due within 60 days of award. Section L (Instructions to Offerors), Section M (Evaluation Criteria), and the Statement of Work (SOW) have undergone substantive revisions. Offerors must acknowledge all amendments and ensure proposals reflect the latest guidance, including specific requirements for Organizational Conflict of Interest (OCI) statements (separate for prime and partners, no page limits) and Joint Venture Facility Clearances (JV must hold TS FCL or be a "Covered JV").