Intelligence and Automation Operations
ID: W50NH9-26-R-A002Type: Presolicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QK INSCOM BELVOIRFORT BELVOIR, VA, 22060-5246, USA

NAICS

All Other Professional, Scientific, and Technical Services (541990)

PSC

SUPPORT- PROFESSIONAL: INTELLIGENCE (R423)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, specifically the U.S. Army Intelligence and Security Command (INSCOM), is seeking proposals for the "Intelligence and Automation Operations" contract, which aims to provide comprehensive operational intelligence integration and data-centric support. The contractor will be responsible for delivering personnel, supervision, and non-personal services to enhance all-source intelligence analysis and production for various military and interagency partners, ensuring compliance with strict security and operational requirements. This contract, which is set aside for small businesses, includes a base year and four option years, with a total Level of Effort of 470,591 hours, and requires adherence to Cybersecurity Maturity Model Certification (CMMC) standards. Interested parties must submit their capabilities statements and responses to specific questions by 9:00 AM EST on January 16, 2026, to Christina Cano-Dickey at christina.l.cano-dickey.civ@army.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    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.
    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).
    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.
    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.
    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.
    Lifecycle
    Title
    Type
    Presolicitation
    Similar Opportunities
    U.S. Army Intelligence and Security Command ( INSCOM) Combined Joint Task Force-Operation Inherent Resolve (CJTF-OIR) Intelligence Support Services Contract (CISSC)
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Intelligence and Security Command (INSCOM), is seeking contractors to provide Intelligence Support Services for the Combined Joint Task Force-Operation Inherent Resolve (CJTF-OIR). The contractor will be responsible for supplying personnel, supervision, equipment, and other necessary resources to ensure uninterrupted intelligence and security support services in the Combined Joint Operating Area (CJOA), as outlined in the Performance Work Statement (PWS). This contract is critical for maintaining operational effectiveness in the region, emphasizing the importance of reliable intelligence support in military operations. Interested parties can reach out to Brent Vergauwen at brent.k.vergauwen.civ@army.mil or call 571-588-9274 for further details regarding this opportunity.
    Protecting Army Modernization and Supply Chains- Commercial Solutions Opening (CSO)
    Dept Of Defense
    The Department of Defense, through the Army Contracting Command, is seeking innovative solutions to enhance cybersecurity within the Defense Industrial Base (DIB) as part of the Protecting Army Modernization and Supply Chains initiative. This opportunity invites proposals for automated cybersecurity measures that comply with critical standards such as NIST controls and Cybersecurity Maturity Model Certification (CMMC), aimed at supporting small businesses in mitigating cyber threats while ensuring the protection of intellectual property and secure access. The initiative is crucial for safeguarding defense technologies and ensuring the rapid delivery of military capabilities, with submissions accepted until March 6, 2030. Interested parties can contact the Army NCODE Team at usarmy.apg.acc.mbx.dc3oe-ncode-cso@army.mil for further information.
    IM&T Program, Project, Data Management, Business Intelligence Support Services and Software Development & Sustainment Indefinite Delivery/Indefinite Quantity (IM&T IDIQ)
    Dept Of Defense
    The Department of Defense, through the Washington Headquarters Services (WHS), is seeking qualified vendors for an Indefinite Delivery/Indefinite Quantity (IDIQ) contract to provide Program, Project, Data Management, Business Intelligence Support Services, and Software Development & Sustainment for the Defense Security Cooperation Agency (DSCA) Information Management and Technology (IM&T). The contract aims to enhance the digital infrastructure and business systems that support global Security Cooperation, with a focus on Agile/Scaled Agile Program Management and DevSecOps best practices. This initiative is critical for managing IT initiatives, developing and maintaining software, and providing advanced data analytics to support mission-driven decision-making. Interested firms must submit capability statements by January 6, 2026, detailing their relevant experience, with an estimated contract value between $400 million and $500 million over a five-year ordering period. For further inquiries, contact Darrell Joy at darrell.l.joy2.civ@mail.mil or Anaya Porter at anaya.a.porter.civ@mail.mil.
    Enterprise Occupation Structure and Standards Development Support Services
    Dept Of Defense
    The Department of Defense, through the Washington Headquarters Services (WHS), is seeking qualified firms to provide Enterprise Occupation Structure and Standards Development Support Services for the Office of the Under Secretary of Defense for Intelligence and Security (OUSD(I&S)) Human Capital Management Office (HCMO). The objective of this procurement is to develop and validate an enterprise occupation structure and standards for intelligence, security, and law enforcement work roles within the Defense Intelligence and Security Enterprise (DISE), which includes creating a work role taxonomy, defining tasks and competencies, and establishing minimum qualifications through job analysis. This contract, anticipated to start in January 2026, will be a firm-fixed-price agreement with a base period of 12 months and four additional option periods, requiring interested firms to possess a Top Secret Facility Clearance and submit a Capabilities Statement by October 15, 2025. For further inquiries, interested parties may contact Chrissandra Smith at Chrissandra.smith.civ@mail.mil or Brandon Johnson at brandon.n.johnson24.civ@mail.mil.
    USSOUTHCOM J2 EDA IDIQ
    Dept Of Defense
    The Department of Defense, through the Department of the Army, is soliciting proposals for the USSOUTHCOM J2 Enhanced Domain Awareness (EDA) Indefinite Delivery, Indefinite Quantity (IDIQ) contract. This procurement aims to provide strategic and technical support services as outlined in the Performance Work Statement, focusing on IT, data management, cybersecurity, and geospatial analysis. The contract is particularly significant as it encompasses a multi-year project with a comprehensive list of roles and services required, including cloud engineers, data scientists, and project managers, with a total estimated value including travel and other direct costs reaching approximately $7.2 million. Interested offerors must submit their proposals by January 5, 2026, and can direct inquiries to Tonya Johnson at tonya.k.johnson11.civ@mail.mil or Sherwin Riley at sherwin.d.riley.civ@mail.mil for further clarification.
    INTELLIGENCE, SURVEILLANCE, ANDRECONNAISSANCE (ISR) SYSTEMS AND INFORMATION OPERATIONS (IO) FROM SEABED TO SPACE (S2ISR)
    Dept Of Defense
    The Department of Defense, through the Naval Information Warfare Center (NIWC) Pacific, is preparing to issue a Request for Proposal (RFP) for Intelligence, Surveillance, and Reconnaissance (ISR) Systems and Information Operations (IO) from Seabed to Space (S2ISR). This procurement aims to develop and field advanced ISR systems that enhance communication, surveillance, and security capabilities while addressing evolving threats, including support for unmanned systems related to chemical, nuclear, biological, and radiological elements. The anticipated contract will involve multiple indefinite-delivery, indefinite quantity (IDIQ) contracts with a seven-year ordering period, and the final RFP is expected to be released no earlier than November 21, 2025. Interested parties can reach out to Carl Odom at carl.n.odom.civ@us.navy.mil or by phone at 619-553-4454 for further information.
    Central Command (CENTCOM) PARTNER INTEGRATION ENTERPRISE (CPIE)
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking contractor support for the Central Command (CENTCOM) Partner Integration Enterprise (CPIE) initiative. This task order aims to provide essential services including Imagery Intelligence Analysis, Full Motion Video (FMV) Monitoring and Screening, Information Technology support, and Logistics support to intelligence operations for CENTCOM and its subordinate Combatant Commands, including SOCCENT TSOC operations. The services are critical for enhancing operational effectiveness and intelligence capabilities in the region. Interested contractors can reach out to Brent Vergauwen at brent.k.vergauwen.civ@army.mil or call 571-588-9274 for further details regarding this opportunity.
    ACC APG DIVISION A CCDC C5ISR OPPORTUNITIES March 2024
    Dept Of Defense
    Special Notice DEPT OF DEFENSE DEPT OF THE ARMY is seeking ACC APG DIVISION A CCDC C5ISR OPPORTUNTIES for March 2024. This procurement is for services related to C5ISR (Command, Control, Communications, Computers, Cyber, Intelligence, Surveillance, and Reconnaissance) opportunities. C5ISR is a crucial component of military operations, providing the necessary technology and systems for effective command and control, communication, and intelligence gathering. The procurement aims to fulfill the specific C5ISR needs of the DEPT OF DEFENSE, supporting their mission and operational requirements. For more information, please contact Tammy M. Woodard at tammy.m.woodard2.civ@army.mil or Roberta C. Baldwin at Roberta.C.Baldwin.civ@army.mil.
    SOF Global Services Delivery Request for Proposal (DRAFT)
    Dept Of Defense
    The U.S. Department of Defense, through the U.S. Special Operations Command (USSOCOM), is seeking proposals for the Special Operations Forces Global Services Delivery (SOFGSD) contract, which is a Total Small Business Set-Aside opportunity. This procurement aims to secure administrative management and general management consulting services to support USSOCOM's global missions and enterprise needs, with a focus on providing subject matter expertise and knowledge-based services. The contract will be awarded as multiple Indefinite Delivery Indefinite Quantity (IDIQ) contracts, with a requirement for offerors to possess a Top Secret Facility Clearance and to meet specific cybersecurity standards as outlined in the recent DFARS rule. Interested parties should direct inquiries to the primary contact, Sherri Ashby, at sherri.ashby@socom.mil, and note that the final Request for Proposal (RFP) is anticipated to be released in Q2 FY26, following additional drafts and industry engagement sessions.
    INTEGRATED COMBAT SYSTEM ENGINEERING, LOGISTICS, POLICY AND ADMINISTRATIVE SERVICES
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center, Port Hueneme Division (NSWC PHD), is seeking interested parties to provide Integrated Combat System (ICS) engineering, logistics, policy, and administrative support services for Aircraft Carrier Strike Groups (CSG), Amphibious Ready Groups (ARG), and Fleet Strike Groups. The procurement aims to establish an engineering resource for planning and coordinating the installation of Combat Systems and Command, Control, Communications, Computer, and Intelligence (C5I) Systems, which are critical for the operational readiness and modernization of various naval vessels. The anticipated contract will be a Cost-Plus-Fixed-Fee Level of Effort (LOE) with a performance period of one base year and four option years, and interested small businesses are invited to submit capability statements by January 16, 2025, to the primary contact, Anthony Duran, at Anthony.t.duran.civ@us.navy.mil.