J7 OCSIC Support Amendment 1
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 Department of Defense, US Special Operations Command (USSOCOM), through SOCCENT, has issued a Request for Quote (RFQ), Solicitation H9227726R0001 Amendment 1, for J7 Operational Contract Support Integration Cell (OCSIC) Support. This opportunity seeks skilled personnel and supervision to support logistical operations for Special Operations Forces (SOF) in support of SOJTF-L J7. The primary physical presence will be at Ali Al Salem Air Base, Kuwait, with operations across the CENTCOM Area of Responsibility (AOR), including Kuwait, Iraq, Syria, and Jordan. Quotes are due by March 06, 2026, at 12:00 pm Arabian Standard Time (AST).
Scope of Work
The contractor shall provide three (3) Full-Time Equivalent (FTE) personnel for OCSIC Support actions. This includes OCS planning, advice, administration, coordination, and maintenance of OCS information, interfacing with mid- to senior-level personnel. Services encompass Labor, Travel, Other Direct Costs (ODCS), and Defense Base Act (DBA) Insurance. Personnel must be US Citizens, possess a valid driver's license, and maintain a "Secret" security clearance. A 72-hour work week (Monday-Saturday, 0800-2000) is required, with an anticipated 10% annual travel frequency to other CENTCOM locations. Pre-deployment training at the CONUS Replacement Center (CRC) at Fort Bliss, Texas, is mandatory for newly hired personnel. Housing and food will be provided on base.
Contract Details
This is an RFQ under FAR 13.5 Simplified Acquisition Procedures. The anticipated contract type is Firm-Fixed-Price (FFP) for labor, with potentially Cost-reimbursement for travel and ODCS. The Period of Performance (PoP) includes a 1-year base period (estimated March 30, 2026, to March 29, 2027) and two (2) one-year option periods, with a potential six-month extension (FAR 52.217-8). The total contract duration shall not exceed 36 months. The NAICS Code is 541690 (Other Scientific and Technical Consulting Services), and the Product Service Code is R706 (Logistics Support Services).
Submission & Evaluation
Quotes are due electronically by March 06, 2026, at 12:00 pm AST. Questions must be submitted by February 16, 2026, at 5:00 pm AST. Incomplete offers will not be evaluated. Award will be based on price and past performance, with a best-value tradeoff possible where superior past performance may justify a higher price. Past performance must be recent (within the last three years) and relevant to contingency contracting, SOF logistics, or deployed staff augmentation. Offerors must submit no more than three projects with a one-page narrative each. The Total Evaluated Price (TEP) will include the base period, all option periods, and the potential six-month extension. Vendors must be registered in the Joint Contingency Contracting System (JCCS) at https://www.jccs.gov/olvr/.
Set-Aside
No specific set-aside is mentioned for this opportunity.
Contact Information
Primary Contact: Alan Farr (alan.farr.mil@socom.mil) Secondary Contact: Jeffrey Wood (jeffrey.s.wood.mil@socom.mil)