Solicitation for COMET Defense Intelligence Agency Missile and Space Intelligence Center

SOL #: HHM40226COMETSolicitation

Overview

Buyer

DEPT OF DEFENSE
Defense Intelligence Agency (Dia)
VIRGINIA CONTRACTING ACTIVITY
WASHINGTON, DC, 203405100, United States

Place of Performance

Redstone Arsenal, AL

NAICS

Research and Development in the Physical (541715)

PSC

National Defense R&D Services; Atomic Energy Defense Activities; Experimental Development (AC23)

Set Aside

Partial Small Business Set-Aside (FAR 19.5) (SBP)

Timeline

1
Posted
Mar 2, 2026
2
Last Updated
Mar 30, 2026
3
Submission Deadline
Apr 3, 2026, 10:00 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 Defense Intelligence Agency (DIA), through the Virginia Contracting Activity (VaCA), has released 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 sustainment of hardware, systems, software, and foundational military intelligence (FMI) for all-source analysis and production. The solicitation includes an amendment providing Q&A responses and revised sections. Proposals are due April 3, 2026, by 5:00 PM CT.

Scope of Work

The COMET program requires contractor support for scientific and technical intelligence (S&TI) and FMI analysis of foreign weapon systems, covering characteristics, performance, operations, limitations, and vulnerabilities. This encompasses five mission task areas: Foundational and Technical Intelligence Analysis, Foreign Materiel Exploitation, Information Technology (IT) Operations, Modeling and Simulation (M&S), and Business Processes. Expertise is needed across various domains (Air, Ground, Space/Near-Space) and disciplines (e.g., S&TI, TechSIGINT, MASINT, GEOINT, OSINT, AI/ML). Specific deliverables will be defined in individual Task Orders.

Contract Details

This is a Multiple Award IDIQ with a five-year base ordering period and a five-year option ordering period. Task Orders may be Cost-Plus-Fixed-Fee, Firm-Fixed-Price, or Time-and-Material, with individual periods up to one year base and four one-year options. The estimated maximum value is $14,088,291,226.98 billion, with a minimum guarantee of $1,500.00. Place of performance will be determined at the task order level, but 50% of workstations must be within 180 miles of Redstone Arsenal.

Set-Aside & Eligibility

This opportunity is designated as a Partial Small Business Set-Aside (FAR 19.5), conducted as a full and open competition for the IDIQ award. However, most Task Orders valued at $25M or less are anticipated to be reserved for Small Business IDIQ contract holders. A minimum of 30% of the total proposed contract value or subcontracted value must be performed by Small Business firms, with specific socioeconomic goals outlined. Offerors must be registered in SAM.gov.

Submission & Evaluation

Proposals are due April 3, 2026, 5:00 PM CT, and must be submitted electronically. The RFP Questions Matrix (Attachment 6) was due March 13, 2026. Evaluation is not price-based for the IDIQ award but focuses on qualification criteria: Security (Pass/Fail), Technical/Management Capability (Acceptable), Past Performance (Acceptable), and Small Business Participation Commitment (Pass). A TOP SECRET facility clearance is required for the prime offeror at submission, and personnel must have TS/SCI clearance. Separate OCI statements are required for all partners.

Key Amendments & Clarifications

Amendment 01 provides Q&A responses, revised Sections L and M, and incorporates DFARS clauses. Key clarifications include: Prime Offeror/JV must hold a Top Secret FCL; Proposal Adequacy Checklist not required for IDIQ; PPQ Page 1 in Volume III; SCIF documentation for co-use/joint-use; and workstation location requirements.

People

Points of Contact

CPT Shavon HolmanSECONDARY

Files

Files

Download
Download
Download
Download
Download
Download
Download

Versions

Version 8
Solicitation
Posted: Mar 30, 2026
View
Version 7
Solicitation
Posted: Mar 26, 2026
View
Version 6Viewing
Solicitation
Posted: Mar 20, 2026
Version 5
Solicitation
Posted: Mar 9, 2026
View
Version 4
Solicitation
Posted: Mar 4, 2026
View
Version 3
Solicitation
Posted: Mar 3, 2026
View
Version 2
Solicitation
Posted: Mar 3, 2026
View
Version 1
Solicitation
Posted: Mar 2, 2026
View