DTRA CWMD Security Cooperation Engagement Program IDIQ
ID: HDTRA125R0017Type: Special Notice
Overview

Buyer

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

NAICS

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

PSC

SUPPORT- MANAGEMENT: OTHER (R799)
Timeline
  1. 1
    Posted Dec 10, 2024, 12:00 AM UTC
  2. 2
    Updated Mar 26, 2025, 12:00 AM UTC
  3. 3
    Due Dec 10, 2025, 5:00 PM UTC
Description

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. The primary objective of this procurement is to enhance the capabilities of Partner Nations (PNs) in responding to Chemical, Biological, Radiological, and Nuclear (CBRN) incidents, thereby improving global security and national defense. This initiative involves training, equipping, and providing logistical support to PNs, with a focus on compliance with U.S. regulations and effective project management. The solicitation is expected to be released in the second quarter of fiscal year 2025, and interested parties can contact Jocelyn Fritz or Eric M Rode at dtra.belvoir.ob.mbx.ob-bp-acquisitions@mail.mil for further information.

Files
Title
Posted
Mar 26, 2025, 4:05 PM UTC
The document outlines a Contract Data Requirements List (CDRL) related to a Federal contract, specifically the Program Management Plan (PMP) under reference HDTRA1-25-A001. The CDRL specifies data items required from the contractor, detailing essential elements like mobilization, communication, and risk management strategies, among others. It establishes timelines for draft submissions, updates, and review processes involving the U.S. Government (USG). Notably, the contractor must provide their PMP draft within 30 days post-award and submit updates as needed, particularly concerning the Transition Out Plan and close-out procedures. Further sections of the document clarify procedures for completing the DD Form 1423, including identification of contract line items, submission schedules, and distribution requirements. The form categorizes data items by type, details submission formats, and outlines the pricing groups to estimate costs associated with the data required. This comprehensive document facilitates effective project management by ensuring timely data delivery and adherence to government standards and expectations, emphasizing the importance of clear communication and well-defined submission processes in federal contracting contexts.
Mar 26, 2025, 4:05 PM UTC
The DD Form 1423-1 serves as the Contract Data Requirements List (CDRL), detailing the essential data items contractors must submit to the U.S. Government as part of DoD contracts. The form emphasizes the requirements surrounding the submission, including timelines after contract award, frequency of updates, and content specifications for the Execution Detail tab. Contractors must provide initial drafts within 30 days of contract award, with subsequent updates due monthly, allowing for Government feedback within specified timeframes. Key aspects include the contractor's responsibility to deliver data in an approved format, including summary cost information for contract line items (CLINs) and event-specific details. The contractors are also required to address costs within 30 and 60 days post-event conclusion. Instructional guidance is provided for completing the form, ensuring clarity on item descriptions, technical requirements, and pricing classifications for data items. Overall, this document is critical for facilitating structured and timely data exchange between the Government and contractors, ensuring compliance with contractual obligations.
Mar 26, 2025, 4:05 PM UTC
The DD Form 1423-1 outlines the Contract Data Requirements List (CDRL) used in government contracts, specifically for data acquisition in Department of Defense projects. It serves as a structured template for contractors to detail the necessary data items, including metadata such as contract line numbers, submission frequencies, and distribution requirements. The form specifies guidelines for data item preparation, submission timelines (with initial submissions due by the 15th day of the following month), and the need for ongoing updates on a monthly basis. It distinguishes four price groups for estimating costs associated with data preparation: Group I (non-essential data), Group II (essential data requiring additional work), Group III (internal use data), and Group IV (normal operating procedures with minimal cost). The document emphasizes compliance with government specifications and assurances due to the significant administrative burden required for effective data management. This form is vital for maintaining structured reporting and oversight in government contracting processes, ensuring accountability, and compliance with established mandates.
Mar 26, 2025, 4:05 PM UTC
The document is the DD Form 1423-1, a Contract Data Requirements List, which outlines the process for submitting data items required by the Department of Defense (DoD) during a contract. It specifies the necessary components including submission frequency, contractor obligations, and the detailed format for a Master Equipment List. This list must include comprehensive information about Contractor Acquired Property (CAP) and Government Furnished Property/Equipment (GFP/E), such as manufacturer details, equipment costs, and procurement dates. The contractor is required to submit a draft, which undergoes government review, followed by a finalized submission reflecting any necessary corrections. The form also addresses pertinent instructions for both government personnel and contractors regarding submissions, acceptance criteria, and pricing groups. The overall purpose of the form is to ensure accurate data delivery aligned with contract specifications, facilitating effective management and oversight of government contracts.
The DD Form 1423-1 outlines the Contract Data Requirements List (CDRL) essential for documenting data items related to government contracts. The form includes detailed instructions for both government personnel and contractors on how to complete various sections, such as data item titles, authority, submission dates, and distribution instructions. Key requirements specify that contractors must report any lost, stolen, damaged, or destroyed property within specified timelines and submit detailed reports electronically. Guidance on categorizing data items into Technical Data Package, Technical Manuals, and other categories is provided, along with instructions for estimating costs associated with data items. The form aims to streamline the collection of essential data required for contract compliance and facilitate effective communication between contractors and the government, ensuring transparency and accountability in procurement processes. Overall, the document is a critical tool in managing contractual data requirements within government contracts.
Mar 26, 2025, 4:05 PM UTC
The DD Form 1423-1 serves as a Contract Data Requirements List (CDRL) for government contracts, detailing the submission requirements for specific data items. It outlines the necessary blocks for information related to the contract, including item descriptions, authorities, submission frequencies, and distribution requirements. The document specifies that meeting minutes from official meetings involving the Contracting Officer's Representative (COR) should be submitted within five business days post-meeting, with a draft submission first for government review. It categorizes data items into four price groups, detailing the cost estimating process associated with data item production based on their relevance to the contract. The form emphasizes contractor responsibilities in delivering data that meets government standards and instructions, and it mandates electronic submissions unless otherwise requested. This structured form is critical for ensuring compliance with the Department of Defense data requirements, promoting clear communication and accountability between contractors and government agencies in managing contracts effectively. It aligns with federal-wide efforts to maintain consistent documentation and operational standards in federal contracts and grants.
Mar 26, 2025, 4:05 PM UTC
The DD Form 1423-1 is a Contract Data Requirements List utilized by the Department of Defense to specify data submission requirements related to a contract. The form outlines a singular data item, the Training/Event Plan, which the contractor must submit to detail how requirements under the contract will be executed. It mandates a comprehensive account of event logistics, including objectives, timelines, and required resources. The contractor must submit a draft of this plan 180 days prior to the event, with the government having 15 business days to provide feedback. The contractor is also responsible for ongoing updates 60 days before the event and must obtain government approval for all submissions. The form provides instructions for completion, including specific categories for data, references, and pricing groups, ensuring proper protocol and accountability throughout the process. Overall, the document serves to facilitate communication, organization, and compliance within government contract management related to training and event planning.
Mar 26, 2025, 4:05 PM UTC
The DD Form 1423-1 is a Contract Data Requirements List (CDRL) used by the Department of Defense for data item management related to government contracts. This form outlines the requirements for transferring property through a Transfer of Property (TOP) process. Key details include the need for contractors to conduct and document TOPs when transferring property to foreign nations, ensuring that relevant documents are prepared well in advance of the transfer. Deliverables must be submitted in specified electronic formats, with hard copies provided to the government. The form specifies the structure for documentation, such as the title, contract references, and necessary approvals, along with guidance on completing the form for both government personnel and contractors. It categorizes data items into four groups based on their essentiality to the primary contracted effort, guiding contractors in estimating the associated costs for data items. The requirements aim to ensure effective tracking and compliance in property transfers, vital for maintaining accountability within military operations and international agreements. Overall, this document facilitates organized data management while supporting systematic property transfer processes.
Mar 26, 2025, 4:05 PM UTC
The document is a DD Form 1423-1, which outlines the Contract Data Requirements List (CDRL) for a specific government contract (HDTRA1-25). It details the requirements for submitting Training Support Package (TSP) deliverables, including conceptual drafts, preliminary drafts, final documents, and post-event updates. Key timelines are set for the submission of drafts, along with specified review periods where the U.S. Government (USG) provides feedback, necessitating timely updates from the contractor. The CDRL provides a framework for the contractor to follow when submitting the required training materials, ensuring adherence to government standards and specifications. Specific timelines include: - TSP Conceptual Drafts: due 110 days before the event. - TSP Preliminary Draft Lesson Plan: due 90 days before. - TSP Final Document Lesson Plan: due 60 days before. - TSP Final Documents: due 30 days before. - TSP Post Event Updates: within 30 days after the event. The form also includes sections for identifying the contractor, authority references, data item title and submission frequency. Overall, this document establishes a structured process for delivering educational materials essential for the contract, aligning with government procurement practices for training and support services.
Mar 26, 2025, 4:05 PM UTC
The document is a DD Form 1423-1, titled "Contract Data Requirements List," utilized by the Department of Defense. It outlines the requirements for the Equipment Procurement and Shipment Plan (EPSP) related to a specific contract (HDTRA1-25). The form specifies data item submission requirements, including the title, submission frequency, distribution requirements, and necessary elements for both procurement and shipping schedules. Initial submissions must be drafted within 60 days of contract award and are subject to government review and comment. The EPSP is to detail all equipment and related materials involved in the contract, including extensive data elements such as item specifications, costs, statuses, and logistical details. The contractor must use a specified template or best practice format for submission, emphasizing the importance of approval by the Contracting Officer Representative (COR). This document serves to ensure compliance and efficient management of the equipment procurement process under government contracts, reflecting standard practices in federal contracting and data management protocols.
Mar 26, 2025, 4:05 PM UTC
The DD Form 1423-1 serves as a Contract Data Requirements List outlined by the Department of Defense (DoD), specifying obligations for contract data submissions. The primary focus is to outline the requirements for contractors to submit Monthly Financial Invoices (Draft) and Contract Line Item (CLIN) Balances accompanied by Burn Rates to the Government Issuing Contracting Officer. Submissions are required at least five calendar days before invoices are entered into the Wide Area Workflow (WAWF). Key elements of the form include data item tracking number, title, submission format, frequency, and distribution. The form emphasizes the importance of contractor compliance with data format standards and the timeline for submissions, alongside potential adjustments by Government officials. It categorizes data into four price groups, guiding contractors on pricing estimations related to data development aligned with government mandates. The document ensures structured communication and adherence to regulatory requirements, ultimately assisting in tracking project expenditures and funding needs throughout contractual obligations.
Mar 26, 2025, 4:05 PM UTC
The DD Form 1423-1 serves as a Contract Data Requirements List, specifying the information needed from contractors in support of government contracts. It outlines responsibilities for submitting an After Action Report (AAR) following each contractor-supported event. The AAR provides a comprehensive overview, including objectives, costs, participant feedback, and key observations. Submission timelines require the contractor to deliver the AAR within 14 calendar days post-event, with the government being allowed 14 days for feedback. The contractor must address any government comments within 7 days. This document consists of structured sections for essential data items, ensuring compliance with government documentation requirements. It delineates categories of data, the nature of required reports, and defines procedures for submission and approval. Overall, the form facilitates effective communication and documentation between government entities and contractors, ensuring adherence to specified guidelines while promoting accountability in contract deliverables.
Mar 26, 2025, 4:05 PM UTC
The On-site Inspection and Building Capacity Directorate (OB) outlines a Performance Work Statement (PWS) focused on contractor support for accessing training facilities near DTRA headquarters. The contractor will manage project activities, including communication with DTRA representatives and hosting weekly teleconferences. Facility requirements include adequate space for training, classrooms, and office usage, alongside necessary amenities such as communication and security features. The contractor must ensure compliance with U.S. and partner nation regulations and will be held responsible for personnel qualifications, particularly project managers and facility managers, while maintaining essential security measures for staff. Supporting documentation such as reports and management plans will be required, with expectations for project close-out procedures and a final invoice submission post-completion. The PWS emphasizes efficient management, safety, and resource compliance throughout the project duration, reflecting a structured approach typical of government Requests for Proposals (RFPs).
Mar 26, 2025, 4:05 PM UTC
The Defense Threat Reduction Agency (DTRA) has released a statement outlining the objectives of an Indefinite Delivery/Indefinite Quantity (IDIQ) contract aimed at enhancing the capacities of Partner Nations (PNs) to counter threats from weapons of mass destruction (WMD) and chemical, biological, radiological, and nuclear (CBRN) incidents. Key goals of the contract, which primarily supports the Countering-WMD Security Cooperation Engagement Program (CSCEP) and the International Counterproliferation Program (ICP), include procuring and managing necessary equipment, developing and executing training programs, providing logistics support, and renovating facilities to bolster PN preparedness. Security requirements mandate that contractors possess a DoD SECRET facility clearance and comply with specific handling and safeguarding protocols for classified information. Travel for contractor personnel will involve both continental U.S. (CONUS) and overseas (OCONUS) locations, adhering to Joint Travel Regulations, with a focus on cost-effective arrangements. Overall, the contract seeks to facilitate international security collaboration and improve response capabilities against WMD threats while aligning with U.S. interests and international norms.
Mar 26, 2025, 4:05 PM UTC
The Counter-Weapons of Mass Destruction (CWMD) Security Cooperation Engagement Program (CSCEP) is spearheaded by the Defense Threat Reduction Agency (DTRA) to enhance global Chemical, Biological, Radiological, and Nuclear (CBRN) preparedness among Partner Nations (PNs). This Performance Work Statement (PWS) outlines the contract's requirements for procurement, training, and logistical support between fiscal years 2025 and 2026. Key responsibilities of the contractor include project management, training development and delivery, event planning, and equipment procurement. A significant emphasis is placed on developing training materials and managing logistics for various training events which may require customization to meet specific needs of PNs. The contractor is also tasked with ensuring compliance with U.S. regulations and managing equipment and property transfers to PNs. Additionally, the PWS stipulates security protocols and personnel requirements to maintain operational integrity and safety. This initiative is critical to U.S. national security, aiming to cultivate effective CBRN response capabilities in partner countries, ultimately contributing to a safer international environment against the threat of weapons of mass destruction. The document serves as a comprehensive guide for contractors engaged in supporting DTRA’s mission and outlines expectations for successful program execution.
Mar 26, 2025, 4:05 PM UTC
The document outlines a comprehensive federal Request for Proposals (RFP) for contractor support in various international training events related to Chemical, Biological, Radiological, and Nuclear (CBRN) responses. The RFP specifies several countries—Estonia, Latvia, Lithuania, Mexico, Morocco, Poland, Taiwan, Colombia, and Tunisia—alongside the number of proposed events and shipments required for each nation. Key responsibilities of the contractor include maintaining separate funding for each project, supporting a precise number of training events, procuring necessary equipment, and ensuring logistics for shipping. The contractor must adhere to strict guidelines regarding training materials, instructor qualifications, and logistical support while engaging in significant operational planning. Additionally, the document emphasizes the importance of collaboration with U.S. government stakeholders and compliance with federal regulations, including the Fly America Act for travel and shipping logistics. Overall, this RFP serves to enhance the CBRN preparedness of partner nations, providing crucial training and resources to improve their response capabilities while solidifying international cooperative efforts in security contexts.
Mar 26, 2025, 4:05 PM UTC
This document outlines the solicitation requirements from the Defense Threat Reduction Agency (DTRA) for a contract regarding capabilities to fulfill specified tasks in support of national defense efforts. Key components include contact points for questions, proposal organization, preparation guidelines, and submission protocols. The solicitation emphasizes the need for comprehensive proposals organized into five volumes, detailing areas such as mission capability, past performance, socioeconomic commitments, and cost. Proposals must clearly demonstrate the Offeror’s understanding through detailed methodologies for achieving objectives without simply restating requirements. The evaluation process assesses mission capability, past performance, and socioeconomic commitments, with cost as a supporting factor. The document specifies that commitment to small businesses and compliance with all proposal requirements is critical for consideration. Offerors are advised to submit the best proposal initially, as discussions are not anticipated. Overall, this RFP emphasizes a structured, thorough approach to ensure effective performance in mission-critical areas while adhering to federal acquisition guidelines.
Lifecycle
Title
Type
Special Notice
Similar Opportunities
Decisive Action (DA) Follow On
Buyer not available
The Defense Threat Reduction Agency (DTRA) is seeking industry insights through a Sources Sought Notice for the Decisive Action (DA) Follow On contract, aimed at acquiring support services to counter Weapons of Mass Destruction (WMD) and emerging threats. The procurement will focus on a wide range of professional analytical services, including program management support, WMD defeat capability development, and data integration, which are critical to DTRA's mission both within the Continental United States (CONUS) and Outside the Continental United States (OCONUS). The anticipated contract value is expected to exceed $338.5 million, structured as a cost-type contract with a base period and multiple options, and interested parties must submit capability statements detailing their experience and facility capabilities by the deadline of March 31, 2025. For further inquiries, potential respondents can contact Andrew K. Williams at andrew.k.williams10.mil@mail.mil or Shaneice Shuler at Shaneice.n.shuler.civ@mail.mil.
FY25-29 STRATEGIC TRENDS RESEARCH INITIATIVE BROAD AGENCY ANNOUNCEMENT
Buyer not available
The Department of Defense, through the Defense Threat Reduction Agency (DTRA), is soliciting proposals for the FY25-29 Strategic Trends Research Initiative Broad Agency Announcement (BAA) aimed at addressing challenges related to weapons of mass destruction (WMD) and emerging threats over the next 5-10 years. This initiative seeks to foster analytical studies and international dialogues that enhance U.S. and allied defense strategies against potential adversaries, with a total funding allocation of approximately $35.88 million available for research projects. Eligible applicants include U.S.-based entities such as universities, nonprofits, and research institutions, with a focus on generating actionable insights and recommendations for countering WMD threats. Interested parties must submit white papers by September 18, 2024, and can contact Ohaji K. Yarborough at ohaji.k.yarborough.ctr@mail.mil or Rorri D. Waters at RORRI.D.WATERS.CIV@MAIL.MIL for further information.
FY22-FY26 Strategic Trends Division Broad Agency Announcement (BAA)
Buyer not available
The Defense Threat Reduction Agency (DTRA) is seeking expert-driven analytic research services through its Fiscal Year 2022-2026 Strategic Trends Division Broad Agency Announcement (BAA). The primary objective is to solicit white papers and proposals from public and private research institutions to deliver actionable insights and recommendations regarding emerging threats, particularly related to Weapons of Mass Destruction (WMD), to inform military operations over the next five to ten years. This research is crucial for enhancing national security and guiding the U.S. Department of Defense's (DoD) strategic planning and investments. Interested parties must submit unclassified white papers by October 23, 2023, and can contact Ohaji K. Yarborough at ohaji.k.yarborough.ctr@mail.mil or Rorri D. Waters at RORRI.D.WATERS.CIV@MAIL.MIL for further information.
Research and Development Innovations Broad Agency Announcement
Buyer not available
The Defense Threat Reduction Agency (DTRA) is soliciting innovative research and development proposals through its Broad Agency Announcement (BAA) HDTRA1-22-S-0003, aimed at enhancing capabilities to counter weapons of mass destruction (WMD) and emerging threats. The BAA invites submissions focused on technologies at Technology Readiness Levels (TRL) 3-7, addressing detection, identification, and management of chemical, biological, nuclear, and other threats, while also encouraging operational strategies for force protection. This initiative is critical for advancing national security and fostering collaboration in defense-related research and development. Interested parties should submit their proposals in two phases, with funding potentially ranging from $500,000 to $5 million, and can direct inquiries to the BAA Program Manager at dtra.belvoir.rd.mbx.rd-baa-inbox@mail.mil. Key deadlines include the final submission date for Phase I proposals on June 16, 2023, and ongoing opportunities through 2027.
Strategic Trends Division Broad Agency Announcement (BAA)
Buyer not available
The Department of Defense, through the Defense Threat Reduction Agency (DTRA), is soliciting proposals under the Strategic Trends Division Broad Agency Announcement (BAA) HDTRA1-20-S-0002. This initiative aims to engage both private and public research institutions to develop actionable research products that will inform DTRA's understanding of the threat environment from 2025 to 2030, particularly in the context of Great Power Competition as outlined in the 2018 National Defense Strategy. The research will focus on critical areas such as countering weapons of mass destruction, assessing emerging threats, and fostering strategic dialogues with allies. Interested parties can submit white papers at any time, with an anticipated funding level of approximately $1.95 million annually, and are encouraged to contact Rorri D. Waters at dtra.belvoir.si.mbx.hdtra1-stri-Adm@mail.mil for further information.
International Monitoring System (IMS) Waveform Operations and Maintenance
Buyer not available
The Defense Threat Reduction Agency (DTRA) is seeking qualified contractors to operate and maintain the U.S. portion of the International Monitoring System (IMS) waveform stations, with operations commencing in April 2026. The contractor will be responsible for the management of 14 waveform monitoring stations, including eight infrasound and one primary seismic station, as well as five auxiliary seismic stations, ensuring high data availability and quality in compliance with the Comprehensive Nuclear-Test-Ban Treaty (CTBT). This initiative is critical for monitoring nuclear detonations and mitigating impacts from natural disasters, with the selected contractor expected to provide logistical support, maintenance, and technical documentation. Interested parties should contact James N. Robinson at james.n.robinson2.ctr@mail.mil or Pinkesh Patel at pinkesh.m.patel.civ@mail.mil for further information, and responses to this Sources Sought Notice are encouraged to be submitted by the designated deadline.
DTRA Lenel Maintenance Services
Buyer not available
The Defense Threat Reduction Agency (DTRA) of the Department of Defense is seeking proposals for Lenel maintenance services, which include equipment maintenance, software and hardware upgrades, life cycle replacement, annual system checkups, and technical support for all specified Lenel equipment. This procurement is critical for ensuring the operational integrity and security of the agency's security systems, which are vital for national defense. Interested parties must be certified under the SBA Women-Owned Small Business (WOSB) Program, and inquiries can be directed to Stephen Whalen at stephen.c.whalen.civ@mail.mil or Nanette Rogers-Vigil at nanette.r.rogers-vigil.civ@mail.mil, with a response date extension noted for submissions.
Mentor Protege Program (MPP) Broad Agency Announcement (BAA)
Buyer not available
The Defense Threat Reduction Agency (DTRA) is soliciting white papers for its Mentor-Protégé Program (MPP) Broad Agency Announcement (BAA) aimed at enhancing the capabilities of small and disadvantaged businesses through mentor-protégé agreements. This initiative seeks eligible mentor and protégé firms to participate in the Department of Defense's MPP, with a focus on aligning proposals with DTRA's strategic objectives, including support against weapons of mass destruction. Interested parties may submit white papers from February 12, 2024, to September 30, 2026, with evaluations occurring throughout this period; selected firms will be invited to submit full proposals. For further inquiries, contact Cornelia Ruffin at cornelia.f.ruffin.civ@mail.mil or John Anderson at john.e.anderson378.civ@mail.mil.
MMB CI Sources Sought Notice
Buyer not available
The Defense Counterintelligence and Security Agency (DCSA) is seeking sources for Strategic Engagement Subject Matter Experts to enhance counterintelligence support for the Department of Defense (DoD) and the Defense Industrial Base (DIB). The procurement aims to provide personnel and expertise for multi-agency coordination, threat assessment, and strategic planning against state and global terrorist threats, with responsibilities including developing decision briefings and conducting threat research. This contract will span a base year with four one-year options, requiring contractors to maintain stringent security measures, including a TOP SECRET facility clearance. Interested parties must submit their responses, including a capabilities statement and relevant company information, by November 22, 2024, to Joseph Holt at joseph.d.holt14.civ@mail.mil.
ACC-APG Natick Division FY25 Upcoming Aquisitions
Buyer not available
The Department of Defense, through the ACC-APG Natick Division, is announcing upcoming acquisitions for Fiscal Year 2025, aimed at enhancing capabilities related to chemical, biological, radiological, and nuclear defense. The procurement includes a variety of requirements such as the purchase of a CISCO AMP firepower system, professional services, peptide synthesizers, and HVAC maintenance, with contract values ranging from $110,032 to $49,201,610. These acquisitions are crucial for supporting the Joint Program Executive Office for Chemical, Biological, Radiological, and Nuclear Defense (JPEO CBRND) in its mission to ensure national security. Interested contractors can reach out to the Natick Division at usarmy.natick.acc-micc.mbx.ncd-internal-tasker@army.mil for further details, as the tentative award dates are set for early 2025.