Skip to content
Department of Defense

**UPDATE ** DRAFT Solicitation for COMET Defense Intelligence Agency Missile and Space Intelligence Center

Solicitation: HHM40225RCOMET
Notice ID: b94b4c2e3ecb4c64ab9ecda8713afd67
TypePresolicitationNAICS 541715PSCAC23DepartmentDepartment of DefenseAgencyDefense Intelligence Agency (dia)StateALPostedFeb 06, 2026, 12:00 AM UTCDueDec 03, 2025, 08:00 PM UTCExpired

Presolicitation from DEFENSE INTELLIGENCE AGENCY (DIA) • DEPT OF DEFENSE. Place of performance: AL. Response deadline: Dec 03, 2025. Industry: NAICS 541715 • PSC AC23.

Market snapshot

Awarded-market signal for NAICS 541715 (last 12 months), benchmarked to sector 54.

12-month awarded value
$4,781,009,642
Sector total $5,796,258,355,399 • Share 0.1%
Live
Median
$1,315,390
P10–P90
$383,920$6,948,110
Volatility
Volatile200%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
0.1%
share
Momentum (last 3 vs prior 3 buckets)
+39126%($4,756,695,042)
Deal sizing
$1,315,390 median
Use as a pricing centerline.
Live signal is computed from awarded notices already observed in the system.
Signals shown are descriptive of observed awards; not a forecast.

Related hubs & trends

Navigate the lattice: hubs for browsing, trends for pricing signals.

We write these bids →
Open on SAM.gov →
Map for AL
Live POP
Place of performance
Redstone Arsenal, Alabama • 35898 United States
State: AL
Contracting office
Washington, DC • 203405100 USA

Point of Contact

Name
Willimenia Robinson
Email
willimenia.robinson@dodiis.mil
Phone
2563137079

Agency & Office

Department
DEPT OF DEFENSE
Agency
DEFENSE INTELLIGENCE AGENCY (DIA)
Subagency
VIRGINIA CONTRACTING ACTIVITY
Office
Not available
Contracting Office Address
Washington, DC
203405100 USA

More in NAICS 541715

Description

UPDATE***30 January 2026

This closes the question-and-answer period.

Follow-up questions may not be considered at this moment. Contractors will have the opportunity to ask additional questions during the RFP period at the established timelines provided in the RFP.

DRAFT Solicitation Posting

The attached is a Draft Solicitation, with dates and information that is subject to change. The Question and Answer period is open with this draft solication until Wednesday, December 03, 2025. A matrix is also attached to assist you with any questions. The Government will post the finalized soliciation within the next couple of weeks once internal reviews are completed. The draft solicitation is merely to provide read ahead for the industry due to the scope and complexity of the requirement. This is NOT a request for proposals (RFP) and there is no obligation for potential offerors to respond.

The Virginia Contracting Activity (VaCA) intends to release a Request for Proposal (RFP) for Contract Operations for Missile Evaluation and Testing (COMET) tentatively scheduled for December 2025. 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: HHM402-25-R-0025

3. Product Service Code (PSC): AC23 National Defense R&D Services; Atomic energy defense activities; Experimental Development

4. Planned Solicitation Release Date: December 2025

5. Planned Solicitation Response Closing Date: TBD 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 (IDIQ) 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 of 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 Pre-Solicitation Notice/Sources Sought is provided for informational purposes only and IS NOT a REQUEST FOR PROPOSALS (RFP)PROPOSALS WILL NOT BE ACCEPTED.

Files

Files size/type shown when available.

BidPulsar Analysis

A practical, capture-style breakdown of fit, requirements, risks, and next steps.

Analysis is being generated for this notice. Check back shortly.

FAQ

How do I use the Market Snapshot?

It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.

Is the data live?

The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.

What do P10 and P90 mean?

P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.