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
    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. 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.

    Files
    Title
    Posted
    The DD Form 1423-1, Contract Data Requirements List (CDRL), is a standardized form used by the Department of Defense to specify data deliverables from contractors. This document outlines the requirements for a Program Management Plan (PMP), identified as Data Item A001, under contract HDTRA1-25. The PMP must include details on mobilization, communication, security, organizational structure, property management, inventory and shipment, risk management, instructor qualifications, and a transition-out plan. Initial draft submission is due within 30 days of contract award, excluding the close-out plan. The USG will provide comments within 15 business days, and the contractor must respond within 10. Updates to the CDRL are required for significant changes or option executions. The Transition Out Plan must be updated and submitted 120 days before the period of performance ends, and a close-out plan, addressing asset disposition, personnel demobilization, and information turnover, is required 90 days before task order end. All submissions must be electronic, with hard copies provided upon request. The document also provides instructions for both government personnel and contractors on completing and pricing data items based on the effort involved in their production.
    DD Form 1423-1,
    DD FORM 1423-1, FEB 2001 is a Contract Data Requirements List (CDRL) used in government contracting to specify data deliverables from a contractor. This form details a single data item, a
    The DD FORM 1423-1, FEB 2001, is a Contract Data Requirements List (CDRL) used for federal government RFPs, specifically detailing the requirements for a Master Equipment List (MEL). This form outlines the process for contractors to submit data, including the frequency, submission dates, and distribution of deliverables. The MEL must comprehensively list all Contractor Acquired Property (CAP) and Government Furnished Property/Equipment (GFP/E), including items for Partner Nations and in-country purchases. Key data elements required include manufacturer information, equipment type, description, part/model/serial numbers, cost, location, and procurement details. The document also specifies electronic submission using Microsoft Office applications and outlines government review and comment periods. Instructions for both government personnel and contractors clarify how to complete the form, including pricing groups for data items based on their necessity and additional work required for compliance.
    The DD Form 1423-1,
    The DD Form 1423-1, Contract Data Requirements List (CDRL), is a standardized form used in government contracting to specify data deliverables from a contractor. This particular instance, identified as HDTRA1-25 Exhibit A007, details the requirement for an "Event Plan" from the contractor. The contractor must develop and submit a Training/Event Plan, referencing DID DI-ILSS-81070, outlining the execution of task order requirements. This plan needs to cover event type, objectives, timeline, logistics, personnel, equipment, participants, agendas, materials, and evaluation methods, including a detailed timeline for material delivery, DTRA review, translation, and printing. A proposed budget for the event is also required. Initial draft submission is due 180 calendar days before the event or within 14 days of an event request (if less than 180 days out), with a 15-business-day government review cycle for comments and contractor responses. Subsequent updated plans are required 60 days prior to an event or upon significant changes, submitted electronically. The document also includes instructions for government personnel and contractors on completing the form, particularly regarding cost estimation for data items based on their development effort (Groups I-IV).
    The DD FORM 1423-1, FEB 2001, is a Contract Data Requirements List (CDRL) used in government contracting to specify data deliverables. This document outlines requirements for the "Transfer of Property (TOP)" under contract HDTRA1-25. It details instructions for both government personnel and contractors on completing the form, including categories, item descriptions, submission frequencies, and distribution. Key requirements for contractors include preparing and submitting TOP documents and inventory spreadsheets electronically in specified formats (Adobe for cover letter, Microsoft Office for spreadsheet) at least seven calendar days prior to the anticipated transfer, obtaining government signatures, and performing equipment inventory with a PN representative. All transfer documents and inventories must be completed in both English and the host nation language. The form also defines four price groups for estimating data item costs, clarifying which costs are attributable to data production or development for the government, excluding data rights.
    The DD FORM 1423-1, FEB 2001, serves as a Contract Data Requirements List (CDRL) for federal government RFPs, specifically detailing the requirements for Training Material (TM) under contract HDTRA1-25 (Exhibit A010). This form outlines the submission of a Training Support Package (TSP), including conceptual drafts, preliminary drafts, final documents, and post-event updates. Key requirements include initial submission of TSP Conceptual Drafts 120 days before an event, with subsequent submissions adhering to a strict timeline for reviews and updates. The government will have 10 business days to provide comments, and the contractor will have 10 business days to respond. The document specifies that all deliverables must be submitted electronically in Microsoft Office format, with hard copies provided upon request. The remarks section details the staggered completion percentages for various TSP components (e.g., lesson plans, training aids) at different stages leading up to an event, from 110 days prior (10% completion) to 30 days prior (100% completion). Post-event updates and feedback briefings are required within 30 to 60 days, with material updates within 180 days. The form also provides instructions for both government personnel and contractors on completing the CDRL, including definitions for various price groups (Group I to Group IV) related to data item development and delivery.
    The DD Form 1423-1, Contract Data Requirements List (CDRL), is a standardized form used in government contracting, specifically for federal RFPs, to define and manage data deliverables. This form, approved by OMB, details requirements for various data items, such as the Equipment Procurement and Shipment Plan (EPSP) for contract HDTRA1-25. It specifies submission frequency (initial submission 60 days post-award, then weekly or as requested), formats (electronic via Microsoft Office, hard copies as requested), and distribution to multiple addressees. The EPSP must include detailed buy and shipment schedules with specific data elements like item, OEM, cost, and dates. The document also provides instructions for both government and contractor personnel on completing the form, including definitions for pricing groups (Group I-IV) for estimating data item costs. The purpose is to ensure clear communication and compliance regarding data deliverables throughout the contract lifecycle.
    The DD Form 1423-1, Contract Data Requirements List (CDRL), is a standard government form used to specify data deliverables from contractors in federal, state, and local RFPs and grants. It details requirements for items like financial invoices, technical data packages, and other deliverables. The form outlines data item numbers, titles, acquisition authorities, contract references, requiring offices, approval codes, distribution statements, and submission frequencies. Key sections include instructions for both government personnel on how to complete the form and for contractors on how to price data items based on effort groups (I-IV). For example, the form specifies monthly submission of "Financial Invoices (Draft) and CLIN Balances w/ Burn Rates" to various addressees, including the COR, PM, and KO. This ensures transparency in financial reporting and aids in predicting funding needs. The document emphasizes the importance of accurate data delivery and pricing, highlighting that costs should only reflect the direct effort of supplying the data, excluding any charges for data rights.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    DD FORM 1423-1, FEB 2001 is a Contract Data Requirements List (CDRL) used in government contracting to specify data deliverables from a contractor. This form details the requirements for an After Action Report (AAR) (Data Item A009) for contract HDTRA1-25. The AAR, to be submitted as-required within 14 calendar days post-event, must include event summaries, costs, survey results, lessons learned, and feedback on course material and execution. The government has 14 days to review and provide comments, with the contractor required to respond and update within 7 days. The document also provides instructions for government personnel and contractors on completing the form, including guidance on pricing data items based on the effort required for their production and delivery.
    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.
    The Performance Work Statement (PWS) outlines requirements for a contractor to provide and manage a training facility for the On-Site Inspection and Building Capacity Directorate (OB-BP). The facility, located near Fort Belvoir, VA, must accommodate approximately 25 week-long CONUS events, offering a minimum of 20,000 sq ft of open indoor space, classroom instruction for 25 participants, office space for eight, conference rooms, multiple restrooms, 20,000 sq ft of cargo storage with a loading dock, high-speed internet, A/V capabilities, and two secure, temperature-controlled storage rooms. The contractor will also be responsible for comprehensive project management, including frequent communication with DTRA, financial reporting, and quarterly project reviews. Security requirements, travel protocols, and personnel qualifications for a Task Order Manager and Facility Manager are detailed. All materials generated and Government-Furnished Information will be owned by the USG. The PWS also specifies deliverables and close-out procedures.
    The Defense Threat Reduction Agency (DTRA) Onsite Inspection and Building Partner Capacity (OB) Directorate's Building Partner Capacity Department (BP) seeks an Indefinite Delivery/Indefinite Quantity (IDIQ) contract to support efforts in deterring, detecting, interdicting, and responding to WMD and CBRN threats. This contract primarily supports the Countering-WMD Security Cooperation Engagement Program (CSCEP) and the International Counterproliferation Program (ICP). The scope includes procuring and installing equipment, developing and delivering training, planning and executing workshops and exercises, providing logistics support, offering training facilities, assessing and renovating infrastructure, providing lifecycle maintenance support, project management, developing law enforcement curriculum, and supplying specialized instructors with expertise in WMD, counterproliferation, hazardous materials, and cyber technology. All activities must comply with international norms, treaties, and agreements. The contractor must possess a DoD SECRET facility clearance, adhere to strict security requirements, and manage travel both CONUS and OCONUS in accordance with the Joint Travel Regulations.
    The Defense Threat Reduction Agency (DTRA) Counter-Weapons of Mass Destruction (CWMD) Security Cooperation Engagement Program (CSCEP) aims to enhance global Chemical, Biological, Radiological, Nuclear (CBRN) preparedness and response capabilities. This Performance Work Statement (PWS) outlines support services for planning and executing events, providing logistics, and procuring equipment for Partner Nations (PNs). Key requirements include project management, training development and delivery by qualified instructors, and meticulous event planning and execution. The contractor is responsible for proposing, procuring, storing, and shipping equipment while adhering to strict security, travel, and personnel requirements. The PWS emphasizes compliance with U.S. and PN regulations, timely deliverables, and comprehensive financial reporting to improve national security and protect against WMD threats.
    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).
    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.
    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.
    This document outlines the scope of work for a government contract involving Countering Weapons of Mass Destruction (CWMD) training and equipment support for various partner nations, including Estonia, Latvia, Lithuania, Mexico, Morocco, Poland, Taiwan, Columbia, and Tunisia. The contract specifies the number of events, equipment shipments, and support packages required for each country. Key responsibilities of the contractor include tracking funding, supporting a minimum number of events, procuring and shipping equipment, and maximizing consolidation of supplemental equipment. The document details pricing and event assumptions, covering aspects like program of instruction development, travel allowances, venue selection, provision of training aids, refreshments, catering, translation, printing, and instructor expertise. It also provides a master equipment list and associated shipping details, categorizing procurement sources as either contractor-acquired or third-party acquisition. Additionally, the contractor is responsible for logistics support for ITAR and EAR materials.
    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.
    This government solicitation outlines instructions for proposals, debriefings, and organizational guidelines for a single IDIQ contract award by the Defense Threat Reduction Agency. Proposals must adhere to strict formatting, page limits, and electronic submission via PIEE. Key personnel, teaming agreements, and OCI mitigation plans are mandatory. Evaluation factors include Mission Capability (management, technical, and sample task orders), Past Performance, Socioeconomic Commitment, and Cost/Price. Mission Capability is the most important factor, followed by Past Performance, Socioeconomic Commitment, and then Cost/Price. The government intends to award without discussions but reserves the right to conduct them, and may reject unrealistic offers. Compliance with all terms, conditions, and system approvals is essential for award.
    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
    Similar Opportunities
    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.
    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.
    FY22-FY26 Strategic Trends Division Broad Agency Announcement (BAA)
    Buyer not available
    The Defense Threat Reduction Agency (DTRA) is soliciting white papers and proposals through its Fiscal Year 2022-2026 Strategic Trends Division Broad Agency Announcement (BAA) aimed at addressing Weapons of Mass Destruction (WMD) and emerging threats. The initiative seeks research from public and private institutions to generate actionable insights and recommendations that will inform military operations over the next five to ten years, particularly focusing on strategic dialogues and studies characterizing future battlefields. This research is critical for enhancing national security and military readiness against evolving threats, with an emphasis on collaboration with international partners. Interested parties should submit their white papers by October 23, 2023, for priority consideration, and can direct inquiries to primary contact Ohaji K. Yarborough at ohaji.k.yarborough.ctr@mail.mil or secondary contact Christina Clark at christina.clark3.civ@mail.mil.
    Exception to Fair Opportunity Justification - Knowledge Management - HDTRA1-19-F-0031
    Buyer not available
    The Defense Threat Reduction Agency (DTRA) is seeking a contractor to provide knowledge management support under the contract titled "Exception to Fair Opportunity Justification - Knowledge Management - HDTRA1-19-F-0031." The primary objective of this procurement is to enhance DTRA's capabilities in knowledge and information sharing, particularly within the Countering Weapons of Mass Destruction (CWMD) community, by developing and maintaining SharePoint sites and delivering business intelligence and analytics solutions. This initiative is crucial for enabling the agency to leverage existing and emerging data sources effectively, thereby improving decision-making and mission success through enhanced collaboration tools and data visualizations. Interested parties can reach out to Grant Reeves at grant.d.reeves3.civ@mail.mil or call 571-616-4508 for further information regarding this opportunity.
    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 white papers that will support DTRA's mission to deter strategic attacks and enhance national defense capabilities, focusing on analytical studies and international dialogues to inform U.S. defense strategies. With a total funding allocation of approximately $35.88 million, the BAA encourages participation from various eligible entities, including universities and research institutions, with a white paper submission deadline of September 18, 2024. Interested parties can contact Ohaji K. Yarborough at ohaji.k.yarborough.ctr@mail.mil or Christina Clark at christina.clark3.civ@mail.mil for further information.
    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.
    RTWS Termination Diversity & Inclusion Training Support
    Buyer not available
    The Defense Threat Reduction Agency (DTRA) is seeking contractor support for the implementation of a Diversity and Inclusion (D&I) Training Program aimed at enhancing diversity, equity, inclusion, and accessibility (DEIA) within the agency. The contractor will be responsible for providing a program manager and an HR/DEIA expert, both with at least five years of relevant experience, to oversee program management, training development, and data analysis, while collaborating closely with DTRA's Diversity, Equity, and Inclusion Office. This initiative is crucial for aligning with DTRA's strategic goals, addressing diversity gaps, and improving organizational culture through tailored training courses. Interested parties should note that key personnel must possess a Secret security clearance, and all outputs will remain government property; further details regarding the procurement process can be obtained from DTRA officials.
    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 countering weapons of mass destruction (WMD) and emerging threats. The BAA invites proposals for technologies at Technology Readiness Levels (TRL) 1-7, focusing on five key thrust areas: understanding WMD threats, enabling deterrence, controlling and defeating threats, protecting forces, and cross-cutting capabilities. This multi-year solicitation, active from February 2022 to February 2027, anticipates contract awards ranging from $500,000 to $5,000,000 over 1-3 years, with a two-phased proposal process. Interested parties should direct inquiries to the BAA Program Manager at dtra.belvoir.rd.mbx.rd-baa-inbox@mail.mil, and adhere to submission deadlines, including a final proposal submission date of September 19, 2025, for the latest addendum.
    Public Affairs Strategic Operations
    Buyer not available
    The Defense Threat Reduction Agency (DTRA) is seeking qualified vendors to provide public affairs, media relations, and multimedia production services as part of its "Public Affairs Strategic Operations" initiative. This procurement aims to enhance DTRA's communication capabilities with internal and external stakeholders, including the public and media, by employing a team of skilled professionals with DoD SECRET clearance. The project is newly funded and will require Full-Time Equivalents (FTEs) for various labor categories, including Senior Copy Editor and Digital Content Creator, with specific details to be outlined in the forthcoming solicitation. Interested parties must submit their capabilities and relevant information to the designated contacts, Michelle Etienne and Carrie Lucas, by 12:00 PM EDT on December 5, 2025.
    RTWS Termination Diversity & Inclusion Training Support
    Buyer not available
    The Defense Threat Reduction Agency (DTRA) is seeking contractors to provide support for its terminated Diversity and Inclusion (D&I) Training Program aimed at enhancing workforce development and fostering a creative workplace culture. The procurement requires the provision of two full-time specialized personnel: a program manager and an HR/DEIA expert, who will be responsible for program management, training development, data analysis, and ongoing evaluation of existing diversity policies. This initiative is crucial for aligning with DTRA's Equity, Diversity, and Inclusion (DEIA) Plan, emphasizing accountability and collaboration to create a more inclusive agency environment. Interested parties should note that this opportunity is a special notice regarding a previously cancelled award, and further details can be obtained by contacting the DTRA office directly.