ContractSolicitationTotal Small Business Set-Aside (FAR 19.5)

Intelligence and Automation Operations

DEPT OF DEFENSE W50NH9-26-R-A002
Response Deadline
Apr 24, 2026
9 days left
Days Remaining
9
Until deadline
Set-Aside
Total Small Business Set-Aside (FAR 19.5)
Notice Type
Solicitation

Contract Opportunity Analysis

The U.S. Army Contracting Command–Detroit Arsenal, on behalf of INSCOM and the Data Capabilities Division, is seeking a 100% small business set-aside contractor to provide intelligence and automation operations support. The work centers on comprehensive operational intelligence integration and data-centric support, including cross-domain solutions, data and systems integration, operations support, access management, IT support, and related reporting and transition deliverables. The effort is centered at Fort Belvoir, Virginia, with additional performance locations identified in the PWS, and it requires TOP SECRET/SCI access, a TOP SECRET facility clearance, CMMC Level 2 self-assessment, and compliance with detailed security, staffing, and quality control requirements. Offerors must be registered in SAM, and proposals are due by 9:00 AM EST on April 24, 2026, by email to Christina.l.cano-dickey.civ@army.mil; questions were due separately by 9:00 AM EST on March 25, 2026.

Classification Codes

NAICS Code
541519
Other Computer Related Services
PSC Code
R423
SUPPORT- PROFESSIONAL: INTELLIGENCE

Solicitation Documents

16 Files
Technical Questions.docx
Word17 KBJan 5, 2026
AI Summary
This document outlines a comprehensive set of technical questions for IT services, intelligence and data services, and coordination and training, likely for a government Request for Proposal (RFP). Key areas covered include daily system checks, STIG compliance, security updates, system upgrades, testing, deployment, system availability, database administration, software development (specifically .NET/C#), quality assurance, Agile methodology, Continuity of Operations (COOP) planning, knowledge transfer, vendor security updates, documentation, backup and recovery, and Help Desk support. For intelligence and data services, the document queries experience in data integration, challenges in data integration, data analytics, information sharing, access management (IC PKI-enabled databases), data lifecycle management, case studies, and certifications (DoDD 8140.01 IAT II). Finally, questions on coordination and training cover curriculum development, partner coordination, training and briefings (including GEN 302 Foundry Course), travel and site visits, and customer support. The overall purpose is to assess a vendor's capabilities and experience across these critical IT and intelligence support functions.
Solicitation - W50NH926RA002.pdf
PDF6546 KBJan 5, 2026
AI Summary
This government solicitation (W50NH926RA002) is a Request for Proposal (RFP) for "Intelligence and Automation Operations" issued by W6QK INSCOM BELVOIR, Fort Belvoir, VA. The contract is a Rated Order under the Defense Priorities and Allocations System (DPAS) and includes options for labor and other direct costs (ODC) across a base year and four option years, plus an extension, with a total Level of Effort (LOE) of 470,591 hours. The pricing arrangements are Fixed Price Level of Effort for labor and Cost No Fee for ODC. The solicitation outlines detailed instructions for offerors, contract clauses, and special requirements, including electronic invoicing via Wide Area WorkFlow (WAWF) and compliance with Cybersecurity Maturity Model Certification (CMMC) requirements.
Performance Work Statement.pdf
PDF592 KBJan 5, 2026
AI Summary
The Performance Work Statement (PWS) outlines comprehensive operational intelligence integration and data-centric support for the Data Capabilities Division (DCD) under the Army G-2. The DCD develops and manages software solutions to enhance all-source intelligence analysis and production across the Army Intelligence Security Enterprise (AISE). The objective is to provide tactical units, joint forces, interagency partners, allied and coalition entities, Army Service Component Commands (ASCCs), Joint Task Force J-2s, and Combatant Commands with access to relevant Intelligence Community (IC) reporting. This includes cross-domain solutions, secure network access, data management, systems integration, and intelligence reporting across various U.S. and multinational platforms. The contract covers five key task areas: Cross Domain Solutions and Digital Content Management, Data, Messaging, Systems Integration and Trex Support, Operations Support, Access Management, and Information Technology Support. The period of performance is a 12-month base period with four 12-month option periods, primarily at INSCOM Nolan Building, Fort Belvoir, VA, and other military installations. Key requirements include strict security clearances, compliance with various Army and DoD regulations, mandatory training, and comprehensive program management with detailed financial and operational reporting through a live, web-based dashboard. The contractor must ensure continuity of operations, adhere to specific manning levels, and manage government-furnished equipment responsibly. They are also responsible for quality control, antiterrorism measures, and seamless transition planning.
Attachment 0001 - Government Format Pricing Model.xlsx
Excel48 KBApr 9, 2026
AI Summary
The Government Format Pricing Model (GFPM) provides instructions for offerors responding to federal government RFPs, specifically for a Firm Fixed Price Level of Effort (FFP LOE) contract with Cost Reimbursable CLINS for Other Direct Costs (ODCs). Offerors must complete highlighted yellow cells in the "Period of Performance" tab with proposed Fully Burdened Labor Rates (FBLRs) and input their name in the "Summary" tab. ODCs are government-provided plug numbers with no allowable profit or fee; offerors must propose ODC/Travel burden rates. The model auto-populates totals and summaries from the "Period of Performance" tab into the "Summary," "Contract Rates (FBLRs)," and "Hours Sheet" tabs, which require no manipulation. Failure to follow these instructions or complete all required fields may lead to proposal rejection.
Attachment 0002 - Contract Data Requirements List (CDRL).docx
Word457 KBJan 5, 2026
AI Summary
This document outlines 22 Contract Data Requirements List (CDRL) items (A001-A022, A024) for a Department of Defense contract managed by Paul N. Presti, with an approval date of December 3, 2025. The requirements cover various aspects, including personnel resumes, travel reports, monthly financial status reports, quality control plans, OPSEC plans, transition plans (in and out), property loss reports, and numerous standard operating procedure (SOP) updates and documentation tasks related to Army Military Intelligence (MI) data, architecture, messaging solutions, content management, DCD training, and access management. The contractor is responsible for developing, maintaining, and submitting these deliverables electronically in an approved format, with specific frequencies ranging from within days of contract award to recurring monthly or biannually. Distribution of deliverables is primarily to the Contracting Officer (KO) and Contracting Officer's Representative (COR).
DD254_Solicitation_12_8_2025_ISS signed.pdf
PDF899 KBJan 5, 2026
AI Summary
This document, a Contract Security Classification Specification (DD Form 254), outlines the security requirements for a Department of Defense procurement related to Intelligence Automation Support for the Department of the Army. The contract, solicitation number W50NH9-26-R-A002, requires a TOP SECRET facility security clearance and involves access to various types of classified information, including Sensitive Compartmented Information (SCI), National Intelligence Information, and Controlled Unclassified Information (CUI). The contractor will primarily access classified information at government facilities, with performance restricted to the USA Intelligence & Security Command in Fort Belvoir, VA. The document details specific security guidance for handling SCI, NATO information, and CUI, requiring adherence to various Intelligence Community Directives and Army Regulations. It also specifies requirements for electronic processing of SCI, visit certifications, and debriefings, emphasizing that public release of SCI is not authorized.
Solicitation Amendment W50NH926RA0020001 SF 30.pdf
PDF3893 KBApr 9, 2026
AI Summary
This document is Amendment 0001 to Solicitation Number W50NH9-26-R-A002, issued by the Army Contracting Command - Detroit Arsenal. The primary purpose of this amendment is to administratively change the proposal due date from March 31, 2026, to April 17, 2026. The solicitation is for a 100% Small Business Set Aside, Non-Commercial contract of the Firm Fixed Price - Level of Effort type, with NAICS Code 541519 and a size standard of $34M. The estimated period of performance includes a base period from August 1, 2026, to July 31, 2027, and four option years, extending to July 31, 2031, with an additional period under clause 52.217-8 until January 31, 2032. The amendment outlines procedures for offerors to acknowledge receipt and modify previously submitted offers. All other terms and conditions of the original solicitation remain unchanged.
Solicitation Amendment 0001 - W50NH926RA0020001 Professional Appearance.pdf
PDF5331 KBApr 9, 2026
AI Summary
This document is a Request for Proposal (RFP) W50NH9-26-R-A002 for "Intelligence and Automation Operations," issued by the Army Contracting Command – Detroit Arsenal. It is a 100% Small Business Set Aside, Firm Fixed Price, Level of Effort contract with a NAICS Code of 541519 and a size standard of $34M. The proposal due date is April 17, 2026. The contract includes a base period from August 1, 2026, to July 31, 2027, and four option years, with a potential extension under FAR 52.217-8, bringing the total estimated period of performance to January 31, 2032. The total Level of Effort (LOE) is 488,994 hours. The RFP details contract clauses, administration data, special requirements including limitations on subcontracting, and instructions for electronic invoicing via Wide Area WorkFlow (WAWF). Inspection and acceptance will occur at Fort Belvoir, VA.
Attachment 0002 - Performance Work Statement.pdf
PDF583 KBApr 9, 2026
AI Summary
The Data Capabilities Division (DCD) - Intelligence and Automation Operations (IAO) Performance Work Statement (PWS) outlines requirements for comprehensive operational intelligence integration and data-centric support to the Army G-2. The objective is to provide tactical units, joint forces, interagency partners, and allied entities with timely access to all-source and single-source intelligence reporting across various networks. This includes cross-domain solutions, data management, systems integration, and access to intelligence through the Army Intelligence Data Platform (AIDP). The contract covers five task areas: Cross Domain Solutions, Data/Messaging/Systems Integration, Operations Support, Access Management, and IT Support. Key personnel, security clearances (TOP SECRET/SCI), and mandatory training (AT Level I, OPSEC, Cyber Awareness) are required. The contractor must develop a Quality Control Plan, financial reporting dashboards, and comprehensive transition plans. Accountability for Government Furnished Equipment and compliance with all security and antiterrorism regulations are paramount.
Attachment 0003 - DD254 - Solicitation.pdf
PDF627 KBApr 9, 2026
AI Summary
This document is a Contract Security Classification Specification (DD Form 254) for the Department of Defense, detailing security requirements for a contract related to Intelligence Automation Support. The contract, solicitation number W50NH9-26-R-A002, requires a TOP SECRET facility security clearance and involves safeguarding classified information at the contractor's facility. Key aspects include access to Sensitive Compartmented Information (SCI), Controlled Unclassified Information (CUI), and NATO information, with strict guidelines for handling, storage, and dissemination. The contractor will have access to classified information at government facilities and may require OCONUS travel to FVEY related countries. Public release of information is highly restricted, requiring government approval. Additional security requirements are outlined in an SCI addendum, referencing specific ICDs and ARs for SCI administrative security and cybersecurity. The contract monitor and contractor security officer must be registered in the Army Centralized Contracts and Security Portal (ACCS) for SCI actions. Performance locations are primarily at USA Intelligence & Security Command in Fort Belvoir, VA, with potential work at other government agencies and facilities.
Solicitation Amendment 0002 - W50NH926RA0020002 Professional Appearance.pdf
PDF5335 KBApr 9, 2026
AI Summary
This government solicitation (W50NH926RA0020002) outlines a Request for Proposal (RFP) for "Intelligence and Automation Operations" for the U.S. Army, issued by the Army Contracting Command – Detroit Arsenal. It is a 100% Small Business Set-Aside, non-commercial, Firm Fixed Price – Level of Effort contract with a NAICS code of 541519 and a size standard of $34 million. The contract has an estimated performance period from August 1, 2026, to July 31, 2031, with four option years and a potential six-month extension. The total Level of Effort is 488,994 hours. The solicitation includes amendments, outlines a notional CLIN structure for labor and Other Direct Costs (ODC) like travel and material, and emphasizes that ODCs will be reimbursed at actual cost without fee. Inspection and acceptance will occur at Fort Belvoir, VA, and payment instructions specify using Wide Area WorkFlow (WAWF) with an "Invoice 2in1" document type for fixed-price services. The document also details various FAR and DFARS clauses, including those related to cybersecurity (CMMC Level 2 Self-Assessment) and limitations on subcontracting.
Solicitation Amendment 0002 W50NH926RA0020002 SF 30.pdf
PDF3952 KBApr 9, 2026
AI Summary
This government solicitation amendment, W50NH926RA0020002, modifies an existing RFP, extending the response due date to April 24, 2026. Key administrative updates include revising the IAO acronym, updating the DFARS Clause 252.204-7025 to require CMMC Level 2 Self-assessment, and making several changes to the Performance Work Statement (PWS). The document also details proposal submission instructions, emphasizing electronic submission via email, page limits for staffing plans, and requirements for price factors using a Government Furnished Pricing Model (GFPM). Offerors must also submit an Administrative Volume with signed documents, acceptance periods, and an Organizational Conflict of Interest (OCI) statement. A TOP SECRET Facility Clearance and a Property Management Plan are mandatory. The amendment outlines specific requirements for proposal content, format, and submission, emphasizing compliance and the potential rejection of non-conforming offers.
Attachment 0002 - Performance Work Statement 4.9.2026.pdf
PDF757 KBApr 9, 2026
AI Summary
The Data Capabilities Division (DCD) - Intelligence and Automation Operations (IAO) Performance Work Statement (PWS) outlines requirements for comprehensive operational intelligence integration and data-centric support to the DCD and its beneficiaries, including various military and interagency partners. The objective is to enable intelligence consumers to access and share relevant Intelligence Community reporting across multiple networks. The contract covers five task areas, including cross-domain solutions, data and systems integration, operations support, access management, and IT support. Key requirements include stringent security clearances (TOP SECRET/SCI), mandatory training, strict protocols for handling classified information, and robust program management with financial reporting and real-time dashboards. The contract has a 12-month base period with four 12-month option periods, with primary performance locations at Fort Belvoir, VA, Fort Liberty, NC, Joint Base Lewis-McChord, WA, and Fort Huachuca, AZ. Contractors must ensure continuity of operations, maintain adequate staffing, and comply with all security, antiterrorism, and data handling regulations.
Solicitation Questions and Answers 4.9.2026.xlsx
Excel46 KBApr 9, 2026
AI Summary
This government file, likely an RFP or grant document, compiles numerous questions and clarifications regarding a federal contract for "Intelligence and Automation Operations" (IAO) or "Engineering Technical Assistance (IAO)." Key areas of inquiry include 24/7 staffing requirements, CI polygraph examinations and associated costs, security clearance levels, and the government's commitment to sponsoring clearances. Significant focus is placed on Cybersecurity Maturity Model Certification (CMMC) levels, especially regarding discrepancies in requirements and the government's flexibility for bidders progressing towards CMMC Level 2. Numerous questions address incumbent contractor details for transition planning, facility clearance requirements, and the use of a Government-owned platform for the Financial and Resource Management Dashboard (FRM-D). Other topics include pricing methodologies, OCONUS travel, property management, evaluation criteria for staffing plans, and the role of AI in the evaluation process. The document also seeks clarification on contract titles, small business affiliations, and various PWS sections related to positions, qualifications, and operational details.
Solicitation - W50NH926RA002 Professional Appearance.pdf
PDF5330 KBApr 9, 2026
AI Summary
The document is a federal Request for Proposal (RFP) for 'Intelligence and Automation Operations' (Solicitation Number W50NH926RA002) issued by the Army Contracting Command - Detroit Arsenal. It is a 100% Small Business Set Aside, non-commercial, Firm Fixed Price - Level of Effort contract with a NAICS Code of 541519 and a size standard of $34M. The estimated period of performance is from August 1, 2026, to January 31, 2032, including a base year and four option years, plus an option to extend services. The total level of effort is 488,994 hours. Key aspects include a detailed contract line item number (CLIN) structure for labor and other direct costs (travel and material), a performance work statement, and specific instructions for electronic invoicing via Wide Area WorkFlow (WAWF). The RFP outlines various FAR and DFARS clauses, including those related to payment, options, subcontracting limitations, and cybersecurity compliance (CMMC Level 1). The proposal due date is March 31, 2026.
Exhibit A - Contract Data Requirements List.pdf
PDF1138 KBApr 9, 2026
AI Summary
The document outlines 17 data item requirements (A001-A017) for a federal government contract, managed by DAG2 / DAMI-IT / DCD. These requirements cover various aspects including travel trip reports, monthly financial status reports and dashboards, quality control plans, OPSEC standing operating procedures and training, transition-in and transition-out plans, property loss reports, cross-domain transfer SOP updates, content management SOPs, documentation on Army MI data and architecture frameworks, Army messaging solutions maintenance and profile SOPs, DCD messaging services requirements documentation, DCD training curriculum and student after-action reports, TREX trip reports, DCD branded materials development, and INSCOM/DCD visitor briefings. Each data item specifies the submission frequency, contract reference, requiring office, and remarks detailing specific requirements and submission formats. All submissions are to be electronic, in MS Office format approved by the Government, and involve coordination with various government personnel such as the Contracting Officer Representative (COR) and Contracting Officer (KO). The overall purpose is to ensure comprehensive documentation, reporting, and operational procedures are in place for the DAMI-IT / DCD / IAO system.

Related Contract Opportunities

Project Timeline

postedOriginal Solicitation PostedDec 30, 2025
amendedAmendment #1Jan 5, 2026
amendedAmendment #2Mar 18, 2026
amendedLatest Amendment· Description UpdatedApr 9, 2026
deadlineResponse DeadlineApr 24, 2026
expiryArchive DateMay 9, 2026

Agency Information

Department
DEPT OF DEFENSE
Sub-Tier
DEPT OF THE ARMY
Office
W6QK INSCOM BELVOIR

Point of Contact

Name
Christina Cano-Dickey

Place of Performance

Fort Belvoir, Virginia, UNITED STATES

Official Sources