International Monitoring System (IMS) Waveform Operations and Maintenance
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
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.