Skip to content
Department of Defense

Solicitation for COMET Defense Intelligence Agency Missile and Space Intelligence Center

Solicitation: HHM40226COMET
Notice ID: fe798b1b676243fcbd7259dc310cadef
TypeSolicitationNAICS 541715PSCAC23Set-AsideSBPDepartmentDepartment of DefenseAgencyDefense Intelligence Agency (dia)StateALPostedApr 08, 2026, 12:00 AM UTCDueApr 10, 2026, 10:00 PM UTCCloses in 2 days

Solicitation from DEFENSE INTELLIGENCE AGENCY (DIA) • DEPT OF DEFENSE. Place of performance: AL. Response deadline: Apr 10, 2026. Industry: NAICS 541715 • PSC AC23.

DoD CMMC Readiness
Modern compliance support by Federal Bid Partners

CMMC support options for this DoD solicitation

As DoD CMMC rollout expands, approximately 80%+ of DoD solicitations are expected to include cybersecurity/CMMC requirements, including many non-tech scopes.

Done-for-you service
CMMC start-to-finish with FBP
$2,000
Registered Practitioner logo
Guided by a Registered Practitioner with practical DoD workflow support.
  • Gap review, remediation roadmap, and implementation support
  • Policy package, evidence mapping, and submission prep
  • Designed for primes and subs across non-tech and tech work
Start CMMC with Federal Bid Partners →
AI-powered application
CMMC Pulsar™ start-to-finish
$399
CMMC Pulsar logo
First-of-its-kind CMMC Pulsar™ app to run your CMMC workflow with AI assistance.
  • Structured checklist, AI guidance, and progress tracking
  • Build evidence and controls with clearer next-step workflows
  • Ideal for teams that want speed plus affordability
Open CMMC Pulsar™ →
Solicitation context: HHM40226COMET. Requirements vary by acquisition and contract type; COTS-only exceptions may apply.

Market snapshot

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

12-month awarded value
$6,745,762,757
Sector total $5,891,976,226,424 • Share 0.1%
Live
Median
$962,414
P10–P90
$962,414$962,414
Volatility
Stable0%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
0.1%
share
Momentum (last 3 vs prior 3 buckets)
-57%(-$2,703,966,658)
Deal sizing
$962,414 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

Applicable Wage Determinations

SAM WDOL references matched to this opportunity's location and scope language.

WD Directory →
Best fit for this contractDavis-Bacon
AL20260149 (Rev 0)
Match signal: state matchOpen WD
Published Jan 02, 2026Alabama • Calhoun
Rate
POWER EQUIPMENT OPERATOR (Drill)
Base $24.15Fringe $9.36
Rate
CEMENT MASON/CONCRETE FINISHER
Base $16.08Fringe $0.00
+35 more occupation rates available in the full WD.
View more for this contract
3 more WD matches and 35 more rate previews.
Davis-BaconBest fitstate match
AL20260149 (Rev 0)
Open WD
Published Jan 02, 2026Alabama • Calhoun
Rate
POWER EQUIPMENT OPERATOR (Drill)
Base $24.15Fringe $9.36
Rate
CEMENT MASON/CONCRETE FINISHER
Base $16.08Fringe $0.00
Rate
ELECTRICIAN
Base $19.73Fringe $0.00
+34 more occupation rates in this WD
Davis-Baconstate match
AL20260166 (Rev 0)
Open WD
Published Jan 02, 2026Alabama • Morgan
Rate
CEMENT MASON/CONCRETE FINISHER
Base $15.50Fringe $0.00
Rate
FORM WORKER
Base $15.39Fringe $0.00
Rate
HIGHWAY/PARKING LOT STRIPING: Operator (Striping Machine)
Base $20.94Fringe $0.00
+33 more occupation rates in this WD
Davis-Baconstate match
AL20260167 (Rev 0)
Open WD
Published Jan 02, 2026Alabama • Russell
Rate
CEMENT MASON/CONCRETE FINISHER
Base $14.09Fringe $0.00
Rate
FORM WORKER
Base $14.87Fringe $0.00
Rate
HIGHWAY/PARKING LOT STRIPING: Operator (Striping Machine)
Base $19.82Fringe $0.00
+32 more occupation rates in this WD
Davis-Baconstate match
AL20260065 (Rev 0)
Open WD
Published Jan 02, 2026Alabama • Dallas
Rate
Operating Engineers: Backhoe, Crane, and Cherry Picker
Base $31.52Fringe $13.98
Rate
Oiler
Base $28.45Fringe $13.95
Rate
BOILERMAKER
Base $21.85Fringe $9.24
+10 more occupation rates in this WD

Point of Contact

Name
Willimenia Robinson
Email
willimenia.robinson@dodiis.mil
Phone
256-313-7079
Name
CPT Shavon Holman
Email
shavon.holman@dodiis.mil
Phone
256-313-7922

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

                                                                           

                                                                                  ****IMPORTANT  NOTICE******

The Government received a clarification/confirmation request with merit.

Clarification and confirmation request: Add Offeror statement.

1. Clarifying that offerors whose SCIFs are accredited by another agency may, at proposal submission, provide evidence that the co-use/joint-use sponsorship process has been initiated (e.g., an active sponsorship letter or correspondence from the accrediting agency confirming willingness to authorize co-use), rather than requiring a fully executed co-use/joint-use sponsorship letter or MOA; and

2. Confirming that the fully executed co-use/joint-use sponsorship letter or MOA remains due within 60 days of contract award and DD Form 254 receipt, as already required by SOW 5.2.2.1.4.4.

Government's Response:

  1. This update clarifies the SCIF submission evidence requirements for SCIFs accredited by another agency, as described in SOW 5.2.2.1.4. At proposal submission provide evidence that the co-use/joint-use sponsorship letter has been initiated (e.g. documentation authorizing SCIF use for the purpose of this contract).
  2. The Government further confirms that a fully executed co-use/joint use sponsorship letter is still required within 60 days of contract award and receipt of the DD Form 254, in accordance with SOW 5.2.2.1.4.4.

No further follow-on questions will be accepted. RFP closing date remains unchanged.

 

                                                                       ****IMPORTANT  NOTICE******

In the event of any discrepancies between the Solicitation and the U.S. Government (USG) responses, please be advised that the Performance Work Statement (PWS) and the Solicitation shall take precedence.

**UPDATE** Abstract Sample Provided to show how the form is to be completed- 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.

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.