Intelligence and Automation Operations
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 U.S. Army Contracting Command-Detroit Arsenal (ACC-DTA), on behalf of the U.S. Army Intelligence and Security Command (INSCOM), has issued a Solicitation (W50NH9-26-R-A002) for Intelligence and Automation Operations. This Total Small Business Set-Aside opportunity seeks comprehensive operational intelligence integration and data-centric support for the Data Capabilities Division (DCD). Proposals are due by 9:00 AM EST on April 17, 2026.
Scope of Work
The contractor shall provide personnel and non-personal services to support DCD's diverse customer base, enabling intelligence consumers to discover, access, and share relevant Intelligence Community (IC) reporting across networks. Key work areas include:
- DCD Cross Domain Solutions and Digital Content Management
- DCD Data, Messaging, Systems Integration and Trex Support
- DCD Operations Support
- DCD Access Management
- Information Technology Support Core services encompass cross-domain solutions, secure network access, data management, systems integration, and access to intelligence reporting across U.S. and multinational platforms, supporting the Army's intelligence program of record.
Contract Details
- Contract Type: Firm Fixed Price (FFP) with Level of Effort (LOE) and Cost Reimbursable CLINs for Other Direct Costs (ODCs).
- Set-Aside: 100% Total Small Business Set-Aside (FAR 19.5).
- NAICS Code: 541519, with a size standard of $34,000,000.
- 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, and a potential FAR 52.217-8 extension, totaling up to 5 years and 6 months.
- Total Hours Allotment: 488,994 hours, with options to extend by up to 444,540 hours, plus an additional 44,454 hours if FAR 52.217-8 is exercised.
- Place of Performance: Primarily INSCOM Nolan Building, Fort Belvoir, VA, with additional locations at Ft. Liberty, NC; Joint Base Lewis-McChord, WA; and Ft. Huachuca, AZ.
Key Requirements & Eligibility
- Security Clearance: A TOP SECRET facility security clearance is required. Personnel must obtain and 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. Access to SCI, CUI, NIPRNET, SIPRNET, and JWICS is necessary.
- Cybersecurity: Compliance with CMMC Level 2 is required for contractor information systems handling Federal Contract Information (FCI) or Controlled Unclassified Information (CUI).
- Personnel: Minimum of two contractor personnel on shift at all times for Data Transfer Agent (DTA) operations. A contract manager and alternate must be provided at no direct labor cost. IAT II certification is a key eligibility factor for intelligence and data services.
- Deliverables: Numerous Contract Data Requirements List (CDRL) items (A001-A024) are specified, including personnel resumes, monthly financial status reports, quality control plans, transition plans, various SOPs, and metrics logs.
- Tactical Timeliness: Critical ability to provide services and support within 24-48 hours.
- Registration: All interested parties must be registered in the System for Award Management (SAM) at www.sam.gov.
Submission & Evaluation
- Proposal Due Date: No later than 9:00 AM EST on April 17, 2026.
- Submission: Proposals must be submitted electronically to Christina.l.cano-dickey.civ@army.mil, adhering to specific formatting and file naming conventions.
- Questions: Questions must be submitted in writing to paul.w.horrell.civ@army.mil and christina.l.cano-dickey.civ@army.mil by 9:00 AM EST on March 25, 2026.
- Evaluation: 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, considering best value.
- Pricing: Offerors must use the provided Government Format Pricing Model (Attachment 0001) to input Fully Burdened Labor Rates (FBLRs) and ODC burden rates.