FINAL RFP - Special Operations Forces (SOF) Global Logistics Support Services II (GLSS2) Contract

SOL #: H92254-25-RE-001Solicitation

Overview

Buyer

DEPT OF DEFENSE
Us Special Operations Command (Ussocom)
PEO-SOFSA
LEXINGTON, KY, 40516-9723, United States

Place of Performance

Lexington, KY

NAICS

All Other Support Services (561990)

PSC

Logistics Support Services (R706)

Set Aside

No set aside specified

Timeline

1
Posted
Sep 22, 2025
2
Last Updated
Mar 8, 2026
3
Submission Deadline
Nov 21, 2025, 7:00 PM

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 US Special Operations Command (USSOCOM), through PEO-SOFSA, has issued a Final Request for Proposal (RFP) for the Special Operations Forces (SOF) Global Logistics Support Services II (GLSS2) Contract. This Full and Open Competition opportunity seeks global lifecycle logistics support for SOF platforms and systems, with a $10.53 billion ceiling. Proposals are due November 21, 2025.

Purpose & Scope

This solicitation aims to procure comprehensive global lifecycle logistics support for Special Operations Forces. This includes Streamlined Design and Rapid Prototyping, Production, Modification, and Integration, and Lifecycle Sustainment Activities across major SOF platforms (Aviation, Ground, and Maritime) and systems. The contract also covers enterprise functions for a Government-Owned Contractor-Operated (GOCO)-like operation, such as logistics, facility management, environmental, safety, and health, security, industrial operations, and IT management. Services will be provided both within the Continental United States (CONUS) and Outside the Continental United States (OCONUS).

Contract Details

  • Solicitation Number: H92254-25-RE-001
  • Contract Type: Single Award Indefinite-Delivery Indefinite-Quantity (IDIQ) with task and delivery orders of multiple contract types (FFP, FPI, CPFF, CPAF, CPIF, COST, LH, T&M).
  • Period of Performance: A maximum of twelve (12) years if all options are exercised, including a five-year base period and multiple option years, extending up to August 10, 2038.
  • Contract Ceiling: $10,530,000,010.00
  • Guaranteed Minimum: $10,000.00
  • Set-Aside: Full and Open Competition, with a mandatory 30% total small business subcontracting requirement, including specific percentages for Small Disadvantaged (5%), Woman-Owned (6%), HUBZone (3%), Service-Disabled Veteran-Owned (5%), and Veteran-Owned (5%) Small Businesses.
  • NAICS Code: 561990 (Other Support Services)
  • PSC: R706 (Logistics Support Services)

Key Requirements & Deliverables

The contract requires non-personal, global logistics support services. Offerors must adhere to CDRLs and implement Quality Management Systems (ISO 9004, ISO 9001) and Aerospace Standards (AS9100). Amendment 0002 clarified that transition costs shall be proposed as indirect.

Submission & Evaluation

  • Proposal Due Date: November 21, 2025, at 1400 EST.
  • Submission Method: Physical submission via DVD-R disc.
  • Evaluation: Best-value tradeoff source selection (FAR Part 15, DFARS Part 215) based on four factors:
    1. Technical: Most important, assessing management, teaming, small business participation, and phase-in transition.
    2. Past Performance: Evaluates recency, relevancy, and confidence.
    3. Task Order Management: Assesses approach, personnel, enhancements, and OCONUS support.
    4. Task Order Cost: Evaluates cost realism. Factors 1, 2, and 3 combined are significantly more important than Factor 4. The Government reserves the right to award without discussions.
  • Proposal Volumes: Five volumes are required: Technical, Past Performance, Task Order Management, Task Order Cost, and Administrative Criteria.

Important Notes

Offerors must notify the Contracting Officer and Contract Specialist via email within 10 days of RFP issuance if intending to submit a proposal. Questions must be submitted in writing using the provided Q&A Template (RFP Att 12) to both POCs; questions received after October 9, 2025, may not be answered. Access to controlled documents requires an active SAM.gov CAGE code, an approved DD Form 2345, and a Top-Secret Facility Clearance with Secret Level of Safeguarding verified in NISS.

People

Points of Contact

Brian C. HubbsPRIMARY
Michael GeeganSECONDARY

Files

Files

Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download

Versions

Version 5
Solicitation
Posted: Mar 8, 2026
View
Version 4
Solicitation
Posted: Dec 7, 2025
View
Version 3
Solicitation
Posted: Oct 30, 2025
View
Version 2Viewing
Solicitation
Posted: Oct 1, 2025
Version 1
Solicitation
Posted: Sep 22, 2025
View
FINAL RFP - Special Operations Forces (SOF) Global Logistics Support Services II (GLSS2) Contract | GovScope