Integrated Communications and Digital Adoption
ID: HDTRA126R0001Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEFENSE THREAT REDUCTION AGENCY (DTRA)DEFENSE THREAT REDUCTION AGENCYFORT BELVOIR, VA, 22060-6201, USA

NAICS

Media Representatives (541840)

PSC

SUPPORT- PROFESSIONAL: COMMUNICATIONS (R426)

Set Aside

No Set aside used (NONE)
Timeline
    Description

    The Department of Defense, through the Defense Threat Reduction Agency (DTRA), intends to issue a Request for Proposal (RFP) for the operation and maintenance of the International Monitoring System (IMS) waveform monitoring stations in the United States. This contract will cover the management of 14 IMS stations, including eight Infrasound, one Primary Seismic, and five Auxiliary Seismic stations, beginning in April 2026, with a transition period starting in February-March 2026 to ensure continuity of operations. The selected contractor will be responsible for sustaining these custom-designed stations, which are critical for monitoring compliance with the Comprehensive Nuclear-Test-Ban Treaty, and the contract is expected to be a cost-reimbursement or cost-plus-fixed-fee type with a five-year performance period. Interested parties should note that no solicitation documents are currently available, and inquiries will not be accepted at this time; however, the solicitation package is anticipated to be released electronically around December 2025. For further information, potential bidders may contact James N. Robinson at james.n.robinson2.ctr@mail.mil or Pinkesh Patel at pinkesh.m.patel.civ@mail.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The Defense Threat Reduction Agency (DTRA) requires integrated communications support to facilitate the adoption of new technologies and digital mandates across its workforce. This Performance Work Statement (PWS) outlines tasks for a contractor to plan, develop, and disseminate communications, from technical project teams to strategic leadership. Key tasks include leveraging DoD initiatives, engaging leadership, producing multimedia communication products, translating complex technical information for non-technical audiences, and ensuring Section 508 compliance. The contractor will also develop technical adoption strategies, facilitate workshops, and support leadership briefings. Reporting requirements include monitoring communication effectiveness, providing updates to leadership, and submitting monthly status and financial reports. The place of performance is Fort Belvoir, VA, with potential travel. Personnel will require TS/SCI clearance, and the contractor must maintain a Top Secret Facility Clearance. The government will provide equipment, and deliverables include strategic communications products, feedback reports, and monthly financial summaries.
    The Defense Threat Reduction Agency (DTRA) has issued a Request for Information (RFI) for integrated communications support. This RFI is for market research purposes only and does not obligate the government to issue a solicitation or award a contract. DTRA's mission involves deterring strategic attacks, preventing WMD threats, and prevailing against WMD-armed adversaries. The Information Management and Technology Directorate (ITD) aims to provide secure technologies and services to support this mission. DTRA requires assistance with integrated communications to facilitate the implementation and adoption of new technologies and digital mandates across its workforce, including creating clear implementation plans, messages, and graphics. Vendors are invited to submit written capabilities, express interest, identify any unmet requirements or concerns, and provide company information such as CAGE code, UEI number, authorized representative details, suggested NAICS codes, GWAC information, and small business socio-economic category. No classified or confidential information should be included in responses, and proprietary information should be clearly marked.
    Similar Opportunities
    DTRA CWMD Security Cooperation Engagement Program IDIQ
    Buyer not available
    The Defense Threat Reduction Agency (DTRA) is seeking contractors for the Countering Weapons of Mass Destruction (CWMD) Security Cooperation Engagement Program (CSCEP) through an Indefinite Delivery Indefinite Quantity (IDIQ) contract. This program aims to enhance the capabilities of partner nations in responding to Chemical, Biological, Radiological, and Nuclear (CBRN) incidents, thereby improving global national security. The contractor will be responsible for training, equipping, and supporting partner nations, including logistics management and event planning, with a focus on compliance with U.S. and international regulations. Interested parties should note that the solicitation will be released in the second quarter of fiscal year 2025, and inquiries can be directed to Jocelyn Fritz or Eric M Rode at the provided email address.
    DRAFT: OB BP IDIQ
    Buyer not available
    The Defense Threat Reduction Agency (DTRA) is seeking qualified contractors for the DRAFT: OB BP IDIQ opportunity, aimed at enhancing the capacity of partner nations to counter weapons of mass destruction (WMD) and chemical, biological, radiological, and nuclear (CBRN) threats. The contract will primarily support DTRA's Countering-WMD Security Cooperation Engagement Program (CSCEP) and the International Counterproliferation Program (ICP), focusing on establishing or enhancing partner nation capabilities to deter, detect, interdict, or respond to WMD proliferation. This initiative is critical for the Department of Defense and U.S. Government in their efforts to deter strategic attacks and prevail against WMD-armed adversaries. Interested parties can reach out to primary contact Jocelyn Fritz at jocelyn.m.fritz.civ@mail.mil or 571-616-5277, or secondary contact Eric Rode at eric.m.rode.civ@mail.mil or 571-616-6145 for further information. The final Request for Proposal (RFP) is expected to be issued before the end of the fiscal year, with updates available on the SAM.gov entry.
    INTELLIGENCE, SURVEILLANCE, ANDRECONNAISSANCE (ISR) SYSTEMS AND INFORMATION OPERATIONS (IO) FROM SEABED TO SPACE (S2ISR)
    Buyer not available
    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.
    Air Force Technical Applications Center (AFTAC) United States Atomic Energy Detection System (USAEDS) Network
    Buyer not available
    The Department of Defense, through the Defense Information Systems Agency (DISA), is seeking contractors for the Air Force Technical Applications Center (AFTAC) United States Atomic Energy Detection System (USAEDS) Network. This procurement involves network support services, specifically aimed at maintaining and enhancing the capabilities of the USAEDS, which plays a critical role in monitoring and detecting nuclear activities. Interested parties can reach out to Katie Day at katie.s.day.civ@mail.mil or by phone at 618-418-6265 for further details regarding the contract, which is categorized under the PSC code DG01 for IT and telecom services. The opportunity is currently in the justification phase, and specific funding amounts and deadlines have not been disclosed.
    ETFO Amended CWMD Analysis and Planning Tools
    Buyer not available
    The Defense Threat Reduction Agency (DTRA) is seeking to fund the remaining year 5 of the ETFO Amended CWMD Analysis and Planning Tools task order, which focuses on enhancing capabilities to protect the U.S. and its allies from Chemical, Biological, Radiological, Nuclear, and High Explosives (CBRNE) threats. This procurement involves the development of analytical models and software tools, including the Integrated Munitions Effects Assessment (IMEA) and the Underground Targeting and Analysis System (UTAS), which are critical for counterforce and defensive planning capabilities delivered to warfighters. The continuation of this project underscores the importance of advanced research and development in national defense and threat reduction. For further inquiries, interested parties can contact Mary Kay Chase at mary.k.chase2.civ@mail.mil.
    HDTRA120F0070 - Exception to Fair Opportunity for Additional New Start Treaty (NST) Strategic Nuclear Arms Control Subject Matter Expert (SME)
    Buyer not available
    The Defense Threat Reduction Agency (DTRA) is seeking to procure additional support services for its Strategic/Nuclear Inspection Department through an exception to the fair opportunity process. This procurement involves increasing the scope of the existing New Start Training (NST) contract, currently held by General Dynamics Technology Inc. (GDIT), to include one Full-Time employee with specialized knowledge in strategic nuclear arms control treaties and agreements. The expertise sought is critical for enhancing the agency's capabilities in nuclear arms control, which plays a vital role in national security and international treaty compliance. Interested parties can reach out to Eric M. Rode at Eric.M.Rode.civ@mail.mil or (703) 616-6145, or Shane Oltman at Shane.D.Oltman.ctr@mail.mil or (571) 616-6977 for further information.
    U.S. Army Space and Missile Defense Command Reagan Test Site (RTS) Operations, Sustainment, Improvement, and Engineering (ROSIE) Follow-On Requirements – RFI Special Notice
    Buyer not available
    The U.S. Army Space and Missile Defense Command (USASMDC) is issuing a Request for Information (RFI) regarding the follow-on requirements for the Reagan Test Site (RTS) Operations, Sustainment, Improvement, and Engineering (ROSIE) contract. This RFI aims to gather market research and planning insights for anticipated contractor support services at the RTS, which is critical for ballistic missile testing and space operations, located on Kwajalein Atoll and in Huntsville, Alabama. Key requirements include security clearances, mission support for various technical services, and addressing challenges posed by the remote and corrosive environment of Kwajalein. Responses to this RFI are due by December 17, 2025, and interested U.S. companies should direct inquiries to Shasta A. Davis or Tiffany N. Kimbrough via the provided email address.
    Travis AFB - NONDESTRUCTIVE INSPECTION HIGH-ENERGY RADIATION COMPUTED TOMOGRAPHY (CT) SYSTEM MAINTENANCE
    Buyer not available
    The Department of Defense, through the 60th Contracting Squadron at Travis Air Force Base (AFB) in California, is seeking qualified vendors for periodic maintenance and emergency troubleshooting services for the FF85 High-Energy Radiation Computed Tomography (CT) System. The maintenance is critical to prevent dust contamination and ensure the integrity of the system's high-energy X-ray tube heads, with services required every six months and a more extensive inspection annually. Interested businesses, particularly small and disadvantaged firms, are invited to respond to this Sources Sought notice by December 15, 2025, at 1:00 PM Pacific Time, providing necessary business details and capabilities; questions must be submitted by December 9, 2025, to SSgt Alexander Love Gaunt at alexander.lovegaunt@us.af.mil.
    Joint Program Executive Office for Chemical, Biological, Radiological, and Nuclear Defense (CBRND) Operational Support (JCOS)
    Buyer not available
    The Department of Defense, specifically the Joint Program Executive Office for Chemical, Biological, Radiological, and Nuclear Defense (JPEO CBRND), is seeking operational support services through a Request for Information (RFI) for the Joint Program Executive Office for Chemical, Biological, Radiological, and Nuclear Defense (JCOS). The objective is to transition from reliance on external consultants to integrated operational support, enhancing capabilities in areas such as Test & Evaluation, Strategic Communications, and CBRN Medical Support, in alignment with Executive Order 14222 aimed at improving government efficiency. This initiative is critical for bolstering the Department's ability to manage defense capabilities against CBRN threats, with a contract period starting from March 23, 2026, through March 22, 2031, including a base year and four option years. Interested parties must submit their responses by 5 p.m. ET on December 9, 2025, to the primary contact, Peter W. Stahley, at peter.w.stahley.civ@army.mil, or the secondary contact, Eric Y. Jun, at eric.y.jun.civ@army.mil.
    Notice of Intent to Sole Source - Linear Radiation Monitors
    Buyer not available
    The Defense Threat Reduction Agency (DTRA) intends to award a sole source contract to Sensor Technology Engineering, LLC (STE) for the procurement of two Linear Radiation Monitors (Part No. TA400). These monitors are critical for radiation detection and monitoring, and STE is the sole provider of this specific equipment, which underscores its unique capabilities in this field. Interested parties have five days from the publication date of this notice to submit written evidence of their qualifications to provide similar monitors, as the government will consider whether to conduct a competitive procurement based on the responses received. For inquiries, interested vendors should contact Zun Lin at zun.z.lin.civ@mail.mil or by phone at 571-616-5828.