Decisive Action Follow-On
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.
Quick Summary
The Defense Threat Reduction Agency (DTRA) is conducting market research through a Sources Sought (RFI) for Decisive Action Follow-On professional analytical services. DTRA seeks to identify industry capabilities to support its mission of countering Weapons of Mass Destruction (WMD) and emerging threats globally. Responses are due March 13, 2026, at 12:00 EST.
Scope of Work
This requirement encompasses a wide range of professional analytical services, including:
- Program Management Support: Overall contract management, reporting, and transition planning.
- CWMD Support: Advising on CWMD threats, developing operational approaches for targets like Deeply Buried and Hardened Targets (DBHTs), providing forward-deployed advisory and special technical operations planning, and supporting Sensitive Activities (SAs) and irregular warfare.
- Global Engagements (GE) Department Support: Administrative, analytical, and coordination support for engagements with Combatant Commands (CCMDs), interagency, and foreign partners.
- Contingency Operations (CO) Department Support: Facility management, operational and policy support, deployment coordination, logistics, uncrewed systems support, communications support, and additive manufacturing expertise. The focus is on current DTRA mission requirements, excluding legacy tasks.
Key Requirements
Contractors must possess or be able to provide secure facilities with a minimum TOP SECRET//SCI facility clearance. This includes the ability to store classified materials and provide Secure Compartmented Information Facilities (SCIFs) or equivalent. If SCIF space is required in the National Capital Region (NCR), it must include classified VTC capability up to JWICS level, with the contractor providing end-to-end classified communications infrastructure. Compliance with Department of War cybersecurity and information assurance requirements for handling classified data is also necessary. Performance will be CONUS and OCONUS, with the bulk of support in the NCR and potential on-site support at or near US Combatant Commands and major installations.
Contract & Timeline
- Type: Sources Sought / Request for Information (RFI)
- Anticipated Contract Value: Less than $100,000,000
- Anticipated Award: Q1 FY2027
- Set-Aside: None specified
- Response Due: March 13, 2026, 12:00 EST
- Questions Due: February 27, 2026, 12:00 EST
- Industry Day: Scheduled for March 31, 2026, with a draft SOW to be released concurrently. One-on-one discussions will be available.
Submission Details
Interested vendors, particularly small businesses, are requested to submit a capability statement (maximum 5 pages) addressing:
- Company Information (name, CAGE, UEI, socioeconomic status, NAICS, facility clearance).
- Past Performance (CWMD operations, CCMD/SOF/Interagency support, cleared personnel, CONUS/OCONUS operations).
- Facility Capabilities (current clearances, SCIF availability/plans, IT/COMSEC infrastructure). Submissions should be emailed to Ms. Shaneice Brown (shaneice.n.brown.civ@mail.mil) and Mr. Michael Hunt (michael.a.hunt74.civ@mail.mil) with the subject line "RFI DTRA RADAR 2026-Your Company Name". No pricing is required.
Additional Notes
This notice is for informational purposes only and does not constitute a commitment to procure services or award a contract. The government will not provide historical funding or staffing levels, encouraging industry to propose solutions.