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 (VaCA), has issued a Solicitation (RFP HHM402-26-COMET) for Contract Operations for Missile Evaluation and Testing (COMET). This Multiple Award Indefinite Delivery/Indefinite Quantity (MA IDIQ) contract seeks support for research, development, and analysis of foreign weapon systems. Proposals are due April 10, 2026, by 5:00 PM CT.
Scope of Work
This opportunity requires contractor support for the Missile and Space Intelligence Center (MSIC) to provide scientific and technical intelligence (S&TI) and foundational military intelligence (FMI) analysis. This includes research, development, and sustainment of hardware, systems, and software capabilities, enabling all-source analysis and production for DIA, DoD, and national-level intelligence efforts. Support spans five mission task areas (Foundational/Technical Intel Analysis, Foreign Materiel Exploitation, IT Operations, Modeling & Simulation, Business Processes) across Air, Ground, and Space/Near-Space domains. Expertise is needed in disciplines such as S&TI, TechSIGINT, MASINT, GEOINT, OSINT, AI/ML, SWRE, RF, EO/IR, IT Operations, M&S, and Advanced Analytics.
Contract Details
- Contract Type: Multiple Award Indefinite Delivery/Indefinite Quantity (MA IDIQ)
- Period of Performance: A five (5) year base ordering period with a five (5) year option ordering period. Task Orders (TOs) may have up to a one (1) year base and four (4) option periods (each not exceeding one year).
- Estimated Maximum Value: $14,088,291,226.98 billion
- Minimum Guarantee: $1,500.00
- Task Order Types: May include Cost-Plus-Fixed-Fee, Firm-Fixed-Price, and Time-and-Material.
- Place of Performance: To be determined (TBD) at the Task Order level.
- Security Requirements: A TOP SECRET facility clearance is required for the prime offeror at proposal submission. Personnel working on Task Orders must possess a TS/SCI Clearance. Vendor external facilities must have an existing Sensitive Compartmented Information Facility (SCIF) compliant with ICD 705 standards. For Joint Ventures, the JV itself must hold a TS FCL or be a documented "Covered JV."
Competition & Small Business Requirements
This is an unrestricted, full and open competition. While the IDIQ is unrestricted, it is anticipated that most Task Orders valued at $25M or less will be reserved for Small Business IDIQ contract holders. Offerors must commit to a minimum of 30% of the total proposed contract value or subcontracted value being performed by Small Business firms, with specific socioeconomic goals outlined (SDB 5%, WOSB 5%, SDVOSB 5%, HUBZone 3%). Subcontracting plans will be required where applicable.
Submission & Evaluation
- Proposal Due Date: April 10, 2026, by 5:00 PM CT.
- Evaluation: A three-step process will be used. Price is not an evaluation factor for the IDIQ award. Evaluation factors include:
- Factor I (Security): Pass/Fail (requires TS FCL, SCIF capabilities).
- Factor II (Technical/Management Capability): Must be rated Acceptable.
- Factor III (Past Performance): Must be rated Acceptable.
- Factor IV (Small Business Participation Commitment): Must be rated Pass.
- Key Submission Requirements: Offerors must be registered in SAM.gov. Proposals must be submitted electronically. Attachment 1 (Past Performance Information) and Attachment 5 (Security Certification Questionnaire) must be completed. Separate Organizational Conflict of Interest (OCI) statements are required for the prime and each teaming partner/JV partner/subcontractor.
Key Clarifications
- The requirement for 50% of workstations to be within 180 miles of Redstone Arsenal is an IDIQ-level requirement.
- For SCIFs accredited by another agency, a co-use/joint-use sponsorship letter or memorandum must be submitted with the proposal.
- Offerors must redact identifying information in their proposals while providing sufficient technical content.