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 released a Solicitation (RFP) for Contract Operations for Missile Evaluation and Testing (COMET). This is for a Multiple Award Indefinite Delivery/Indefinite Quantity (MA IDIQ) contract to support the Missile and Space Intelligence Center (MSIC). The estimated maximum value is over $14 billion. Proposals are due April 3, 2026, by 5:00 PM CT.
Scope of Work
This opportunity seeks contractor support for research, development, and sustainment of new and existing hardware, systems, software, and foundational military intelligence (FMI) capabilities. The goal is to enable all-source analysis and production for DIA, DoD, and national-level intelligence efforts, focusing on scientific and technical intelligence (S&TI) and FMI analysis of foreign weapon systems. This includes analysis of characteristics, performance, operations, limitations, and vulnerabilities across five mission task areas (Foundational and Technical Intelligence Analysis, Foreign Materiel Exploitation, IT Operations, M&S, Business Processes) and various domains (Air, Ground, Space/Near-Space) and disciplines (e.g., S&TI, TechSIGINT, MASINT, GEOINT, AI/ML).
Contract Details
- Contract Type: Multiple Award Indefinite Delivery/Indefinite Quantity (MA IDIQ)
- Period of Performance: 5-year base ordering period + 5-year option ordering period. Task Orders (TOs) may have up to a 1-year base and four 1-year option periods.
- Task Order Types: Cost-Plus-Fixed-Fee, Firm-Fixed-Price, and Time-and-Material.
- Estimated Maximum Value: $14,088,291,226.98
- Minimum Guarantee: $1,500.00
- Place of Performance: To be determined at the Task Order level, but 50% of workstations must be within 180 miles of Redstone Arsenal.
Key Requirements & Eligibility
- Competition: Unrestricted, Full and Open Competition for the MA IDIQ.
- Small Business Participation: A minimum of 30% of the total proposed contract value or subcontracted value must be performed by Small Business firms. Specific socioeconomic goals are outlined for SDB (5%), WOSB (5%), SDVOSB (5%), and HUBZone (3%). Most Task Orders valued at $25M or less are anticipated to be reserved for Small Business IDIQ contract holders.
- Clearances: A Top Secret (TS) facility clearance (FCL) is required for the Prime Offeror at proposal submission. For Joint Ventures, the JV itself must hold a TS FCL or be a documented "Covered JV." Personnel working on Task Orders must have a TS/SCI Clearance prior to commencing work.
- SCIFs: Offerors must possess an existing Sensitive Compartmented Information Facility (SCIF) compliant with ICD 705 standards. Co-use/joint-use sponsorship letters are required at proposal submission if the SCIF is accredited by another agency.
- OCI Statements: Separate Organizational Conflict of Interest (OCI) statements are required for the prime and each teaming partner/JV partner/subcontractor, to be addressed in Volume 0 (Administrative Volume).
- SAM Registration: Offerors must be registered in SAM.gov.
Submission & Evaluation
- Proposal Due Date: April 3, 2026, by 5:00 PM CT.
- RFP Questions: The Q&A period has concluded, and no further questions will be contemplated. Responses to follow-up questions were provided in Amendment 0002.
- Evaluation Factors (IDIQ Award): Price is not an evaluation factor. Evaluation will focus on:
- Factor I (Security): Pass/Fail (requires submission of Attachment 5, Security Certification Questionnaire).
- Factor II (Technical/Management Capability): Must be rated Acceptable.
- Factor III (Past Performance): Must be rated Acceptable (requires Attachment 1, Past Performance Information, using the Government-provided fillable PDF, and references sending PPQs directly to the CO).
- Factor IV (Small Business Participation Commitment): Must be rated Pass.
- Formatting: Offerors must ensure all information in fillable PDF attachments is visible without scrolling. Redaction of identifying information is required for technical content.
Amendments & Clarifications
Amendment 0002, posted March 27, 2026, updated Section L with formatting issues addressed and provided responses to follow-up questions, concluding the Q&A period. All other terms and conditions remain unchanged. Amendment 0001, posted March 20, 2026, revised Sections L and M, incorporated DFARS clauses, and added a Section J Abstract.