SOLICITATION NOTICE
A -- Defense Intelligence Agency Missile and Space Intelligence Center Industry Engagement Technical Exchange Meeting
- Notice Date
- 5/28/2025 2:24:42 PM
- Notice Type
- Presolicitation
- 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
- HHM40225RCOMET
- Response Due
- 6/25/2025 10:00:00 AM
- Archive Date
- 07/10/2025
- Point of Contact
- Noryem Maldonado, Phone: 2563137391, Willimena Robinson, Phone: 2563137079
- E-Mail Address
-
noryem.maldonado@dodiis.mil, willimenia.robinson@dodiis.mil
(noryem.maldonado@dodiis.mil, willimenia.robinson@dodiis.mil)
- Description
- The Virginia Contracting Activity (VaCA) intends to release a Request for Proposal (RFP) for Contract Operations for Missile Evaluation and Testing (COMET) during July 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-COMET (TBD) 3. Product Service Code (PSC): AC23 National Defense R&D Services; Atomic energy defense activities; Experimental Development 4. Planned Solicitation Release Date: July 2025 5. Planned Solicitation Response Closing Date: September 2025 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/Synopsis is provided for informational purposes only and IS NOT a REQUEST FOR PROPOSALS (RFP). PROPOSALS WILL NOT BE ACCEPTED.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/e571f12403354eac84fe5baff16334a1/view)
- Place of Performance
- Address: Redstone Arsenal, AL 35898, USA
- Zip Code: 35898
- Country: USA
- Zip Code: 35898
- Record
- SN07457423-F 20250530/250528230050 (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 |