Skip to content
Department of Defense

TRICARE Dental Program 7/Third Party Administrator Industry Forum

Solicitation: Not available
Notice ID: c0f3063b38754d30a7ebb6ddbd3012e8

Special Notice from DEFENSE HEALTH AGENCY (DHA) • DEPT OF DEFENSE. Place of performance: CO. Response deadline: Feb 20, 2026. Industry: NAICS 524292 • PSC Q201.

DoD CMMC Readiness
Modern compliance support by Federal Bid Partners

CMMC support options for this DoD solicitation

As DoD CMMC rollout expands, approximately 80%+ of DoD solicitations are expected to include cybersecurity/CMMC requirements, including many non-tech scopes.

Done-for-you service
CMMC start-to-finish with FBP
$2,000
Registered Practitioner logo
Guided by a Registered Practitioner with practical DoD workflow support.
  • Gap review, remediation roadmap, and implementation support
  • Policy package, evidence mapping, and submission prep
  • Designed for primes and subs across non-tech and tech work
Start CMMC with Federal Bid Partners →
AI-powered application
CMMC Pulsar™ start-to-finish
$399
CMMC Pulsar logo
First-of-its-kind CMMC Pulsar™ app to run your CMMC workflow with AI assistance.
  • Structured checklist, AI guidance, and progress tracking
  • Build evidence and controls with clearer next-step workflows
  • Ideal for teams that want speed plus affordability
Open CMMC Pulsar™ →
Requirements vary by acquisition and contract type; COTS-only exceptions may apply.

Market snapshot

Baseline awarded-market signal across all contracting (sample of 400 recent awards; refreshed periodically).

12-month awarded value
$7,212,353,333
Sector total $7,212,353,333 • Share 100.0%
Live
Median
$233,223
P10–P90
$30,957$1,295,712
Volatility
Volatile200%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
100.0%
share
Momentum (last 3 vs prior 3 buckets)
+100%($7,212,353,333)
Deal sizing
$233,223 median
Use as a pricing centerline.
Live signal is computed from awarded notices already observed in the system.
Signals shown are descriptive of observed awards; not a forecast.

Related hubs & trends

Navigate the lattice: hubs for browsing, trends for pricing signals.

We write these bids →
Open on SAM.gov →
Map for CO
Live POP
Place of performance
Aurora, Colorado • United States
State: CO
Contracting office
Aurora, CO • 80011 USA

Applicable Wage Determinations

SAM WDOL references matched to this opportunity's location and scope language.

WD Directory →
Best fit for this contractDavis-Bacon
CO20260009 (Rev 0)
Match signal: state matchOpen WD
Published Jan 02, 2026Colorado • Denver, Douglas
Rate
CARPENTER (Form Work Only)
Base $33.11Fringe $12.17
Rate
TRAFFIC SIGNALIZATION: Traffic Signal Installation Zone 1
Base $26.42Fringe $4.75
+78 more occupation rates available in the full WD.
View more for this contract
3 more WD matches and 78 more rate previews.
Davis-BaconBest fitstate match
CO20260009 (Rev 0)
Open WD
Published Jan 02, 2026Colorado • Denver, Douglas
Rate
CARPENTER (Form Work Only)
Base $33.11Fringe $12.17
Rate
TRAFFIC SIGNALIZATION: Traffic Signal Installation Zone 1
Base $26.42Fringe $4.75
Rate
Zone 2
Base $29.42Fringe $4.75
+77 more occupation rates in this WD
Davis-Baconstate match
CO20260007 (Rev 0)
Open WD
Published Jan 02, 2026Colorado • Boulder
Rate
POWER EQUIPMENT OPERATOR: (3)- Drill Rig Caisson (smaller than Watson 2500 and similar)
Base $35.03Fringe $15.20
Rate
Scraper (single bowl, under 40 cu. yd), Crane (50 tons and under)
Base $35.20Fringe $15.20
Rate
Drill Rig Caisson (Watson 2500 similar or larger), Crane (51-90 tons), Scraper (40 cu.yd and over),
Base $35.41Fringe $15.20
+50 more occupation rates in this WD
Davis-Baconstate match
CO20260019 (Rev 0)
Open WD
Published Jan 02, 2026Colorado • Clear Creek
Rate
CARPENTER (Acoustical Ceiling Installation and Drywall Hanging Only)
Base $35.09Fringe $13.84
Rate
MILLWRIGHT
Base $42.10Fringe $19.02
Rate
ELECTRICIAN (Includes Low Voltage Wiring)
Base $46.80Fringe $19.53
+30 more occupation rates in this WD
Service Contract Actstate match
2023-0171 (Rev 8)
Open WD
Published Jan 20, 2026Colorado • Larimer
47040
Diver
Base $53.87Fringe $0.00

HEALTH & WELFARE: $5.55 per hour, up to 40 hours per week, or $222.00 per week or $962.00 per month HEALTH & WELFARE EO 13706: $5.09 per hour, up to 40 hours per week, or $203.60 per week, or $882.27 per month* *This rate is to be used only when compensating employees for performance on an SCA- covered contract also covered by EO 13706, Establishing Paid Sick Leave for Federal Contractors. A contractor may not receive credit toward its SCA obligations for any paid sick leave provided pursuant to EO 13706. | VACATION: 2 weeks paid vacation after 1 year of service with a contractor or successor; 3 weeks after 5 years, 4 weeks after 10 years, and 5 weeks after 15 years. Length of service includes the whole span of continuous service with the present contractor or successor, wherever employed, and with the predecessor contractors in the performance of similar work at the same Federal facility. (Reg. 29 CFR 4.173) | HOLIDAYS: A minimum of eleven paid holidays per year: New Year's Day, Martin Luther King Jr.'s Birthday, Washington's Birthday, Memorial Day, Juneteenth National Independence Day, Independence Day, Labor Day, Columbus Day, Veterans' Day, Thanksgiving Day, and Christmas Day. (A contractor may substitute for any of the named holidays another day off with pay in accordance with a plan communicated to the employees involved.) (See 29 CFR 4.174) ** UNIFORM ALLOWANCE ** If employees are required to wear uniforms in the performance of this contract (either by the terms of the Government contract, by the employer, by the state or local law, etc.), the cost of furnishing such uniforms and maintaining (by laundering or dry cleaning) such uniforms is an expense that may not be borne by an employee where such cost reduces the hourly rate below that required by the wage determination. The Department of Labor will accept payment in accordance with the following standards as compliance: The contractor or subcontractor is required to furnish all employees with an adequate number of uniforms without cost or to reimburse employees for the actual cost of the uniforms. In addition, where uniform cleaning and maintenance is made the responsibility of the employee, all contractors and subcontractors subject to this wage determination shall (in the absence of a bona fide collective bargaining agreement providing for a different amount, or the furnishing of contrary affirmative proof as to the actual cost), reimburse all employees for such cleaning and maintenance at a rate of $3.35 per week (or $.67 cents per day). However, in those instances where the uniforms furnished are made of ""wash and wear"" materials, may be routinely washed and dried with other personal garments, and do not require any special treatment such as dry cleaning, daily washing, or commercial laundering in order to meet the cleanliness or appearance standards set by the terms of the Government contract, by the contractor, by law, or by the nature of the work, there is no requirement that employees be reimbursed for uniform maintenance costs. ** SERVICE CONTRACT ACT DIRECTORY OF OCCUPATIONS ** The duties of employees under job titles listed are those described in the ""Service Contract Act Directory of Occupations"", Fifth Edition (Revision 1), dated September 2015, unless otherwise indicated.

Point of Contact

Name
Kristin Moore
Email
kristin.m.moore13.civ@health.mil
Phone
Not available
Name
Dylan Shick
Email
dylan.b.shick.civ@health.mil
Phone
Not available

Agency & Office

Department
DEPT OF DEFENSE
Agency
DEFENSE HEALTH AGENCY (DHA)
Subagency
DEFENSE HEALTH AGENCY
Office
Not available
Contracting Office Address
Aurora, CO
80011 USA

More in NAICS 524292

Description

***Update as of February 9, 2026*** 

Third Party Administrator for the Seventh Generation TRICARE Dental Program Contracts

1. Description

The Defense Health Agency (DHA) is hosting virtual one-on-one meetings to gather information from industry through an open exchange of information to be used by the DHA in support of continuous market research in the development of the Third Party Administrator (TPA) acquisition strategy and requirements. The DHA desires to identify, to the maximum extent possible, commercial best practices in execution of these services.

  • Dates: March 10 and 11, 2026
  • Time: 8:00 AM to 3:00 PM MST, daily, each session will be 1 hour in length
  • Where: This event will be held virtually, through Microsoft Teams

At this time, the DHA is conducting one-on-ones with interested PRIME TPA contractors only. A separate announcement will be posted to sam.gov in the future for one-on-one sessions with interested prime contractors for the seventh generation TRICARE Dental Program (TDP-7) contracts. The DHA also intends to hold an industry forum with both TPA and TDP-7 interested parties further along in the acquisition process.

2. TPA Contract Overview

The DHA expects to contract with two to four dental insurance carriers to deliver the TDP-7 requirements. The National Defense Authorization Act for FY23 (NDAA 2023) mandates that DHA contract with a TPA to manage the administrative features of the premium sharing plans in TDP-7 including eligibility, enrollment, plan changes, premium payment processes, reconciliation, submission of qualifying life events, and address changes for eligible TRICARE beneficiaries.

The “Attachments/Links” section below includes an anticipated, draft work breakdown structure for the TPA as well as a copy of the performance work statement (PWS) from the prior TDP-6 solicitation. The government is interested in industry feedback regarding the TPA requirements and potential commercial best practices the Agency could leverage in executing the TPA. These one-on-one sessions will be used to discuss company capabilities as well as the expected work breakdown structure.

3. Responses

  • RSVPs to the one-on-one industry forum must be completed utilizing the link below by 4:00PM MST February 20, 2026.
  • Requested discussion topics and any presentation materials must be submitted by 4:00PM MST February 27, 2026, to the following points of contact:
    • Kristin Moore: kristin.m.moore13.civ@health.mil
    • Dylan Shick: dylan.b.shick.civ@health.mil

THIS IS AN INFORMATIONAL POSTING. This posting is issued solely for the purposes of collecting information (as described above) – it does not constitute a RFP or a promise to issue an RFP in the future. The purpose of this posting is to communicate to industry the current status of the acquisition. This information does not commit the Government to contract for any supply or service whatsoever. Further, the DHA is not seeking proposals at this time. Responders are advised that the U.S. Government will not pay for any information or administrative costs incurred as a result of responding to this posting.

------------------------------------------------------------------------------------------------------------

***Update as of October 16, 2025: Due to the ongoing government shutdown, the DHA is postponing the TDP-7/TPA Industry Forum indefinitely. Any updates regarding future Industry Forums will be posted to this announcement on sam.gov. DHA apologizes for the inconvenience and looks forward to future engagement with industry.*** 

TRICARE Dental Program 7th Generation (TDP-7) and Third-Party Administrator (TPA) Industry Forum

Agency/Office: Defense Health Agency

Location: TRICARE Dental Program Office - Aurora (Colorado)
Title: DEFENSE HEALTH AGENCY – DENTAL PROGRAM OFFICE SERVICES

DESCRIPTION:  The Defense Health Agency (DHA) is developing the 7th generation of the TRICARE Dental Program (TDP) contracts, as well as a Third-Party Administrator (TPA) contract to provide services to the TDP-7 contract. The James M. Inhofe National Defense Authorization Act (NDAA) for fiscal year (FY) 2023, Section 701, requires the Department to offer a multi-carrier, multi-choice dental benefits program for Active-Duty family members, survivors, and qualified Reserve Component members and their families. The current contract, TDP-6, consists of one contract/contractor providing all required dental services and necessary eligibility, enrollment, and other administrative functions. The TDP-7 contract will remove several responsibilities performed under the TDP-6 contract and transfer them to the TPA contract.  The TPA contractor will manage the administrative features of the premium sharing plans in TDP-7 including eligibility, enrollment, plan changes, premium payment processes, reconciliation, submission of qualifying life events, and address changes for eligible TRICARE beneficiaries. Dental insurance contractors will continue to: process claims; build and maintain dental provider networks; educate providers on TDP policies, educate beneficiaries and eligibles on TDP coverage; and provide customer service to TDP beneficiaries. 

The Industry Forum will be held 4-5 November 2025, 8:00 A.M. to 4:30 P.M. MST, at the DHA Aurora Office. Please see link below with separate RSVP Instructions for those who wish to attend.

The North American Industry Classification System (NAICS) Class Codes are 524114 for TDP and 524292 for TPA. The Product Serivce Codes (PSCs) are Q503 Medical-Dentistry for TDP and Q201 Medical-Managed Care for TPA.

The intent of the Industry Forum is to accomplish the following:

To gather information from the dental care industry through an open exchange of information to be used by the DHA TRICARE Health Plan Dental Program Office and Program Management Office in support of continuous market research in the development of the TDP-7 and TPA acquisition strategy. DHA desires to identify, to the maximum extent possible, commercial best practices in delivering the TRICARE dental benefit and TPA services.

The Government intends to hold a general forum on 4 November 2025 and intends to meet individually with interested TDP7 or TPA PRIME CONTRACTORS on 4 and 5 November 2025. Each interested prime contractor may bring up to three in person attendees. A virtual option will be available for any additional attendees. Industry is advised that not all members of the Government team may be available for every individual session.  Information presented by attendees will be shared within the Government team. Industry should bring at least five copies of any briefings provided.

DISCUSSION: The current TDP contract (TDP-6) will expire on 28 February 2030. The NDAA for FY 2023 requires the DHA to develop and implement improvements to dental contracts requiring DoD to offer a multi-carrier, multichoice dental benefits program for Active-Duty families and qualified Reserve Component members and their families.

CONTRACT PURPOSE: DHA is contemplating awarding TDP-7 contracts to multiple carriers, as well as a TPA contract, utilizing full and open competition to provide the covered benefit, and manage enrollment and eligibility and process encounter data. 

TDP-7 CONTRACT OBJECTIVES:  The following are anticipated to be the major areas of required services for the TDP-7 contract:
• Standardized pricing structures that support affordability, simplify comparisons, and reduce enrollment barriers.

• Information exchange with the TPA using a systems architecture flexible enough to support technical, business, and mandatory Federal requirements without inhibiting or limiting functionality or user experience.

• Dental insurance claims processing in accordance with contractual obligations and TRICARE Dental Program policies. 

• Maintain a global dental provider network to meet the needs of TDP beneficiaries, including OCONUS providers.

• Education of network providers on claims processing procedures and their own contractual obligations.

• Education of TRICARE beneficiaries regarding services, how to enroll through the TPA, and what coverage is available under each plan offered.

• Comprehensive range of marketing materials, including brochures, flyers, and digital content effectively communicating program offerings and tailored to the military community. 

• Maintain a Customer Service/Call Center with a knowledgeable, courteous, and responsive call center staff resulting in highly satisfied beneficiaries. 

• Execute a methodical and carefully planned transition plan, with a focus on maintaining continuity of care and access to services. 

• Testing capabilities complying with Government Performance Readiness Validation and Performance Readiness Assessment and Verification requirements during the 12-month transition period. 

TPA CONTRACT OBJECTIVES:  The following performance-based objectives are to be accomplished in the TPA contract:

• Provide a cost effective, centralized TDP benefit eligibility and enrollment system.

• Provide customer service support for TDP, including plan changes, submission of qualifying life events, and address changes.

• Provide related premium/allotment administration services.

• Provide a mechanism to reconcile enrollments, premiums, and allotments completely and accurately at the individual enrollee level with each TDP carrier.

• Provide superior customer service/call center services for the convenience of users.

• Provide a user friendly and informative website with account information and decision support tools with TDP plans’ dental premiums and benefits comparison.

• Provide education and outreach to eligible beneficiaries.

REQUEST FOR INFORMATION (RFI): DHA sent out RFIs for both TPA and TDP-7 and this forum will be used to discuss questions in those RFIs, as well as other topics. If industry has questions not in those RFIs, DHA asks they be submitted prior to the forum so the appropriate points of contact are present to answer the questions. It is envisioned participants in the Forum, after discussion with DHA, will submit post-Forum position papers, concepts, and alternative ideas related to Forum topics. All Industry Forum attendees having post-Forum questions or submitting position/concept papers will be given an opportunity to further discuss any questions or submissions with the Government after the Forum.

Comments, questions, position/concept papers, and capabilities should be provided to the Government at the address below.  Questions industry would like the DHA to address at the industry forum may be sent to the address below, however, due to time constraints, the Government may be unable to provide individual answers during the open forum. 

RESPONSES: Written responses are not required; however, written questions will be accepted up to ten (10) business days prior to the Industry Forum. Any questions submitted, unless of a proprietary nature, may be addressed during the Industry Forum. Questions should be submitted to Kristin Moore, Kristin.m.moore13.civ@health.mil and Chelsea Lavelle, Chelsea.m.lavelle.civ@health.mil. Any written questions submitted should include a designated point of contact (name, title, address, phone/fax, email).

Place of Contract Performance: CONUS and OCONUS

Files

Files size/type shown when available.

BidPulsar Analysis

A practical, capture-style breakdown of fit, requirements, risks, and next steps.

Analysis is being generated for this notice. Check back shortly.

FAQ

How do I use the Market Snapshot?

It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.

Is the data live?

The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.

What do P10 and P90 mean?

P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.