Loading...
HHM40226COMET
Response Deadline
Apr 10, 2026, 10:00 PM(CDT)3 days
Eligibility
Contract Type
Solicitation
**UPDATE** Abstract Sample Provided- Due date remains unchanged.
The purpose of this solicitiaion is to extend the proposal submission due date from 3 April 2026 to 10 April 2026. All other terms and conditions remain unchanged.
The purpose for solicitation Amendment 0002 is to provide Section L with formatting issues addressed and to provide responses to follow-up questions. This concludes the Q&A period, no further questions will be contemplated.
The solicitation response due date remains unchanged.
All other terms and conditions remain unchanged.
Soliciatation for Defense Intelligence Agency Missile and Space Intelligence Center
The Virginia Contracting Activity (VaCA) releases a Request for Proposal (RFP) for Contract Operations for Missile Evaluation and Testing (COMET) during March 2026. The following details are provided as required by FAR 5.207:
1. Requirements Name: Contract Operations for Missile Evaluation and Testing (COMET)
2. Proposed Solicitation Number: HHM402-26-COMET
3. Product Service Code (PSC): AC23 National Defense R&D Services; Atomic energy defense activities; Experimental Development
4. Planned Solicitation Release Date: March 2, 2026
5. Planned Solicitation Response Closing Date: April 3, 2026
6. Contracting Office Address: 4545 Fowler Road, Redstone Arsenal, AL
7. Contracting Office Zip Code: 35898
8. Contracting Officer: Noryem Maldonado
9. Description: Missile and Space Intelligence Center requires contract support for research, development, and sustainment of new and existing, hardware, systems, and software capabilities, and foundational military intelligence (FMI) enabling all-source analysis and production for the DIA, Department of Defense (DoD), and national level intelligence efforts. MSIC also requires contract support to provide the Defense Intelligence Enterprise (DIE) and its mission partners analysis and analytical enabling services support.
The planned period of performance (PoP) for the anticipated Multiple Award Indefinite Delivery Indefinite Quantity (IDIO) contract will be a five (5) year base ordering period with a five (5) year option ordering period. Supporting task orders may have up to a one (1) year base period and up to four (4) option periods (no option period will exceed one (1) year in duration).
1. Place of Contract Performance: TBD
2. Set-Aside Status: Multiple Award IDIQ contract Full and Open Competition. The Government anticipates issuing a Multiple Award Indefinite Delivery/Indefinite Quality type contract, whereby funds are obligated by issuance of individual Task Orders. The resulting contract will have provisions for Cost-Plus-Fixed-Fee, Firm-Fixed-Price, and Time- and-Material Task Orders. The future RFP is likely to be issued on unrestricted competition basis. Subcontracting plans will be required where applicable. Offerors must be registered in the System for Award Management (www.sam.gov) to conduct business with this Government organization. Place of performance shall be determined at a later date. While the Statement od Work for each Task Order effort may not be classified, a TOP SECRET facility clearance is required and personnel working on Task Orders under the contract, whether or not performance is at MSIC facilities, must have a TS/SCI Clearance prior to working on the effort.
The Solicitation Notice is provided for informational purposes and IS a REQUEST FOR PROPOSALS (RFP).
RFP Questions Matrix (Attachment 6) is due 13 March 2026 NLT 12:00pm (noon) CST.
DEPT OF DEFENSE
DEFENSE INTELLIGENCE AGENCY (DIA)
VIRGINIA CONTRACTING ACTIVITY
VIRGINIA CONTRACTING ACTIVITY
ATTN: DIAC CF02E
BUILDING 6000
WASHINGTON, DC, 203405100
NAICS
Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology)
PSC
NATIONAL DEFENSE R&D SERVICES; ATOMIC ENERGY DEFENSE ACTIVITIES; EXPERIMENTAL DEVELOPMENT
Set-Aside
Partial Small Business Set-Aside (FAR 19.5)