Intelligence and Automation Operations

SOL #: W50NH9-26-R-A002Solicitation

Overview

Buyer

DEPT OF DEFENSE
Dept Of The Army
W6QK INSCOM BELVOIR
FORT BELVOIR, VA, 22060-5246, United States

Place of Performance

Fort Belvoir, VA

NAICS

Other Computer Related Services (541519)

PSC

Intelligence Services (R423)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)

Timeline

1
Posted
Dec 30, 2025
2
Last Updated
Mar 18, 2026
3
Submission Deadline
Apr 17, 2026, 1:00 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 U.S. Army Contracting Command-Detroit Arsenal (ACC-DTA), on behalf of the U.S. Army Intelligence and Security Command (INSCOM), is soliciting proposals for Intelligence and Automation Operations. This is a Firm Fixed Price - Level of Effort contract, designated as a 100% Small Business Set-Aside, to provide comprehensive operational intelligence integration and data-centric support. Proposals are due by 9:00 AM EST on April 17, 2026.

Scope of Work

The contractor will provide personnel, supervision, and non-personal services to support the Data Capabilities Division (DCD) and its diverse customer base. This includes enabling intelligence consumers to discover, access, and share relevant Intelligence Community (IC) reporting across networks. Key task areas involve DCD Cross Domain Solutions and Digital Content Management, Data/Messaging/Systems Integration and Trex Support, Operations Support, Access Management, and Information Technology Support. Services will be performed at INSCOM Nolan Building, Fort Belvoir, VA; Ft. Eisenhower, GA; Ft. Liberty, NC; Joint Base Lewis-McChord, WA; and Ft. Huachuca, AZ.

Contract Details

  • Solicitation Number: W50NH9-26-R-A002
  • Contract Type: Firm Fixed Price - Level of Effort
  • Set-Aside: 100% Small Business Set-Aside
  • NAICS Code: 541519 ($34M size standard)
  • Product Service Code: R423 – Support-Professional: Intelligence
  • Period of Performance: A 12-month base period (August 1, 2026 - July 31, 2027) with four 12-month option periods, plus a FAR 52.217-8 extension, totaling up to 5 years and 6 months.
  • Total Level of Effort (LOE): 488,994 hours, with options to extend up to 444,540 hours (FAR 52.217-9) and an additional 44,454 hours (FAR 52.217-8).
  • Security Requirements: Requires a TOP SECRET Facility Clearance (FCL) and personnel must maintain TOP SECRET/SCI clearance with Special Background Investigation (SBI), including specific access levels (SI-G, TK, KLM-R, HCS, NATO SECRET) and potentially a Counterintelligence (CI) polygraph.

Evaluation & Submission

  • Proposal Due Date: April 17, 2026, 9:00 AM EST.
  • Submission: Electronically to Christina.l.cano-dickey.civ@army.mil. Proposals must adhere to instructions in Section L and M of the Solicitation.
  • Evaluation Factors: Proposals will be evaluated based on two factors: Staffing Plan Factor (significantly more important) and Price Factor. A source selection trade-off process will be used.
  • CMMC Requirement: Offerors must have Cybersecurity Maturity Model Certification (CMMC) Level 2 (Self) or higher for systems processing Federal Contract Information (FCI) or Controlled Unclassified Information (CUI).
  • Pricing: Offerors must use the provided Government Format Pricing Model (Attachment 0001), inputting Fully Burdened Labor Rates (FBLRs) and ODC burden rates in designated yellow cells.

Key Requirements & Deliverables

The Performance Work Statement (PWS) outlines specific requirements including a minimum of 2 contractor personnel on shift for Data Transfer Agent (DTA) operations, core hours of 0900-1500, and critical tactical timeliness (24-48 hours). Mandatory training includes Cyber Awareness, Information Assurance, and DTA training. Numerous Contract Data Requirements List (CDRL) items (A001-A024) are specified, covering personnel resumes, monthly financial status reports, quality control plans, transition plans, various SOPs, and training curricula. A contract manager and alternate must be provided at no direct labor cost.

Contact Information

All questions must be submitted in writing to Paul Horrell (paul.w.horrell.civ@army.mil) and Christina Cano-Dickey (christina.l.cano-dickey.civ@army.mil) by 9:00 AM EST on March 25, 2026.

People

Points of Contact

Christina Cano-DickeyPRIMARY
Paul HorrellSECONDARY

Files

Files

Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download

Versions

Version 4Viewing
Solicitation
Posted: Mar 18, 2026
Version 3
Solicitation
Posted: Mar 18, 2026
View
Version 2
Pre-Solicitation
Posted: Jan 5, 2026
View
Version 1
Pre-Solicitation
Posted: Dec 30, 2025
View
Intelligence and Automation Operations | GovScope