Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 10, 2026 SAM #8901
SOLICITATION NOTICE

A -- Solicitation for COMET Defense Intelligence Agency Missile and Space Intelligence Center

Notice Date
4/8/2026 2:16:34 PM
 
Notice Type
Solicitation
 
NAICS
541715 — Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology)
 
Contracting Office
VIRGINIA CONTRACTING ACTIVITY WASHINGTON DC 203405100 USA
 
ZIP Code
203405100
 
Solicitation Number
HHM40226COMET
 
Response Due
4/10/2026 3:00:00 PM
 
Archive Date
05/30/2026
 
Point of Contact
Willimenia Robinson, Phone: 256-313-7079, CPT Shavon Holman, Phone: 256-313-7922
 
E-Mail Address
willimenia.robinson@dodiis.mil, shavon.holman@dodiis.mil
(willimenia.robinson@dodiis.mil, shavon.holman@dodiis.mil)
 
Small Business Set-Aside
SBP Partial Small Business Set-Aside (FAR 19.5)
 
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: 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). 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.
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/fe798b1b676243fcbd7259dc310cadef/view)
 
Place of Performance
Address: Redstone Arsenal, AL 35898, USA
Zip Code: 35898
Country: USA
 
Record
SN07771480-F 20260410/260408230041 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2026, Loren Data Corp.