ContractPresolicitationTotal Small Business Set-Aside (FAR 19.5)

Intelligence and Automation Operations

DEPT OF DEFENSE W50NH9-26-R-A002r1
Response Deadline
Jan 30, 2026
Deadline passed
Days Remaining
0
Closed
Set-Aside
Total Small Business Set-Aside (FAR 19.5)
Notice Type
Presolicitation

Contract Opportunity Analysis

The Department of Defense, specifically the U.S. Army Intelligence and Security Command (INSCOM), is seeking qualified contractors to provide comprehensive operational intelligence integration and data-centric support under the presolicitation titled "Intelligence and Automation Operations." The procurement aims to gather industry feedback on a draft solicitation for services that include a total Level of Effort (LOE) of 470,591 hours over a period of 5 years and 6 months, with work to be performed at Fort Belvoir, Virginia. This contract is critical for enhancing the Army's data capabilities and ensuring operational readiness, with a focus on compliance with cybersecurity standards and various ethical requirements. Interested parties are encouraged to submit clarifying questions by 9:00 AM EST on January 30, 2026, to Christina Cano-Dickey at christina.l.cano-dickey.civ@army.mil, as responses to this presolicitation are voluntary and will not affect future proposal submissions.

Classification Codes

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

Solicitation Documents

5 Files
Solicitation - W50NH926RA002.pdf
PDF6490 KBJan 21, 2026
AI Summary
This government solicitation, W50NH926RA002, titled "Intelligence and Automation Operations," outlines a Request for Proposal (RFP) for services including base year and optional year labor and other direct costs (ODC), with a total Level of Effort (LOE) of 470,591 hours over a 5-year and 6-month period, including option years and a FAR 52.217-8 extension. Services will be performed at Fort Belvoir, VA, with inspection and acceptance at the same location. The document specifies detailed payment instructions via Wide Area WorkFlow (WAWF), outlines special contract requirements regarding hour allocation and ODC/travel maximum burden rates, and incorporates numerous FAR and DFARS clauses, including those related to small business programs, cybersecurity compliance (CMMC Level requirements), and various ethical and operational standards.
Performance Work Statement.pdf
PDF592 KBJan 21, 2026
AI Summary
The provided government file, likely an RFP or grant-related document, is protected by Microsoft Information Protection (MIP) encryption. This protection prevents unauthorized viewing and requires a PDF viewer that supports Azure Rights Management. Users unable to access the content are advised to use a compatible PDF viewer or contact the document owner for permissions. The document also references Microsoft's privacy statement, emphasizing the security and confidentiality measures in place for this sensitive government information.
Attachment 0001 - Government Format Pricing Model.xlsx
Excel48 KBJan 21, 2026
AI Summary
The Government Format Pricing Model (GFPM) is a crucial attachment for federal government RFPs, specifically RFP W50NH9-025-R-0032. It outlines instructions for offerors to input pricing data for Firm Fixed Price (FFP) Level of Effort (LOE) contracts with Cost Reimbursable CLINS for Other Direct Costs (ODCs). Offerors must fill in yellow-highlighted cells on the "Summary Tab" and "Period of Performance Tab," including proposed Fully Burdened Labor Rates (FBLRs) and ODC/Travel burden rates. The model auto-populates totals and summaries from the Period of Performance tab to the Summary, Contract Rates (FBLRs), and Hours Sheet tabs. It explicitly states that ODCs are government-provided plug numbers, and no profit or fee is allowed on them. Failure to adhere to these instructions, especially regarding completing all highlighted cells, may lead to proposal rejection. The document also details various labor categories and their respective FTEs and hours for the base year and four option periods, along with ODC plug numbers for materials and travel.
Attachment 0002 - Contract Data Requirements List (CDRL).docx
Word457 KBJan 21, 2026
AI Summary
This government file, prepared by Paul N. Presti and approved on December 3, 2025, outlines a Contract Data Requirements List (CDRL) for the DAMI-IC / DCD / IAO system. It details 22 data items, including personnel resumes, travel trip reports, monthly financial status reports, a Quality Control Plan, an OPSEC Standing Operating Plan/Training Certificates, and both Transition In and Transition Out Plans. Other items cover 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, a DCD training curriculum, student after-action reports, trip reports, DCD branded materials development, INSCOM and DCD visitor briefings, DCD access management SOP updates, a transaction metrics log, DCD systems matrices, technical support requests, and lifecycle project status reports. Most submissions are recurring or on award, with specific deadlines and electronic submission in MS Office format as approved by the Government. This comprehensive list ensures detailed reporting and operational readiness for the contract.
DD254_Solicitation_12_8_2025_ISS signed.pdf
PDF899 KBJan 21, 2026
AI Summary
This document, a Contract Security Classification Specification (DD Form 254) with a SCI Addendum, outlines security requirements for a Department of Defense procurement (Solicitation Number W50NH9-26-R-A002) related to Intelligence Automation Support (IAO) for the Headquarters, Department of the Army (HQDA), DAMI-IT, Data Capabilities Division (DCD). The contract requires a TOP SECRET facility security clearance and involves access to various classified information types, including Sensitive Compartmented Information (SCI), National Intelligence Information, NATO information, and Controlled Unclassified Information (CUI). Contractors will access classified information at government facilities, handle CUI, and require specialized access (SI, TK, G, KLM-R, HCS) and training (TARP). The SCI Addendum details specific security protocols, guidance (ICD 704, DoDM 5105.21 Vol 1-3, AR 380-28, AR 25-2), and responsibilities for safeguarding SCI, including registration in the Army Centralized Contracts and Security Portal (ACCS) for security personnel and processing SCI actions. Public release of information is restricted and requires government approval. The primary performance location is USA INTELLIGENCE & SECURITY COMMAND / MISSION SUPP, FT BELVOIR, VA.

Related Contract Opportunities

Project Timeline

postedOriginal Solicitation PostedJan 21, 2026
amendedLatest AmendmentJan 21, 2026
deadlineResponse DeadlineJan 30, 2026
expiryArchive DateFeb 14, 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