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), 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.

People

Points of Contact

Christina Cano-DickeyPRIMARY
Paul HorrellSECONDARY

Files

Files

Download
Download
Download
Download
Download
Download

Versions

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