Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 15, 2025 SAM #8755
SOLICITATION NOTICE

R -- International Monitoring System (IMS) Waveform Operations and Maintenance

Notice Date
11/13/2025 11:35:17 AM
 
Notice Type
Presolicitation
 
NAICS
541715 — Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology)
 
Contracting Office
DEFENSE THREAT REDUCTION AGENCY FORT BELVOIR VA 22060-6201 USA
 
ZIP Code
22060-6201
 
Solicitation Number
HDTRA126R0001
 
Response Due
12/1/2025 9:00:00 AM
 
Archive Date
12/16/2025
 
Point of Contact
James N. Robinson, Phone: 5716165751, Pinkesh Patel, Phone: 5716165379
 
E-Mail Address
james.n.robinson2.ctr@mail.mil, pinkesh.m.patel.civ@mail.mil
(james.n.robinson2.ctr@mail.mil, pinkesh.m.patel.civ@mail.mil)
 
Description
This synopsis notice is to provide the Defense Threat Reduction Agency�s (DTRA) intent to issue a Request for Proposal (RFP) for a follow-on research contract to operate and sustain the 14 US IMS waveform monitoring stations (eight Infrasound (IS), one Primary Seismic (PS), and five Auxiliary Seismic (AS)) beginning April 2026, with a potential overlap with the prior contractor to ensure a smooth transition starting February-March 2026. Each of these US IMS stations was designed and installed under supervision of the NACT program and according to the technical requirements specified in the relevant IMS Operational Manual. Each of these stations has also been formally certified, by the Preparatory Commission for the Comprehensive Nuclear-Test-Ban Treaty Organization (CTBTO PrepCom) Provisional Technical Secretariat (PTS) for IMS operations; note that Palmer Infrasound Station will have just been installed and will likely still require CTBTO PrepCom Certification. Each station is a custom design and various site-specific requirements were taken into consideration in the station design and installation so as to optimize data quality, data availability, and improve long-term operations and sustainment. The period of performance contemplated for this effort is five years (12-month base period + four 12-month option periods). This requirement will result in a cost-reimbursement (COST) or cost-plus-fixed-fee (CPFF) contract. The North American Industry Classification System (NAICS) is 541715 and the Product Service Code (PSC) is R499. THIS IS A SYNOPSIS ANNOUNCEMENT ONLY. No solicitation documents have been posted at this time. The solicitation package is estimated to be issued electronically, via the Procurement Integrated Enterprise Environment (PIEE) Solicitation module (https://piee.eb.mil), around the December 2025 timeframe. Email or Telephonic inquiries of any kind will not be accepted at this time.
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/2f2a69b0fe8d458a8598e8c39dcd19af/view)
 
Place of Performance
Address: Fort Belvoir, VA, USA
Country: USA
 
Record
SN07640894-F 20251115/251113230039 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.