Joint Terminal Attack Controller
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 Marine Corps Forces Special Operations Command (MARFORSOC) is conducting market research to identify qualified firms capable of providing Joint Terminal Attack Controller (JTAC) Instructor/Evaluator (I/E) support. This is a Request for Information (RFI) / Sources Sought notice to determine the availability of businesses, particularly small businesses, to support the MARFORSOC JTAC program and other Air/Fires mission sets. Responses are due by February 20, 2026.
Scope of Work
The selected contractor will provide JTAC-I/E support as identified in the draft Performance Work Statement (PWS). Key responsibilities include:
- Providing instruction and evaluation for the MARFORSOC JTAC program.
- Supporting various Air/Fires mission sets throughout the command.
- Offering recommendations to improve the PWS and identify cost-reduction options.
Contract & Timeline
- Type: Anticipated Firm Fixed-Price (FFP) / IDIQ
- Duration: Base year (Sept 2026 – Aug 2027) plus four option years and a six-month extension (ending February 2032).
- Set-Aside: None specified (Market Research stage to determine future set-asides).
- Response Due: February 20, 2026, at 12:00 PM EST.
- Questions Due: February 13, 2026, at 12:00 PM EST.
Evaluation
This RFI is for planning purposes. The Government will review capability statements (maximum 5 pages) to determine if a follow-on Request for Proposals (RFP) will be restricted to small businesses. Submissions should include relevant experience with MARSOC or equivalent military organizations and recommendations on contract vehicles.
Additional Notes
The draft PWS is restricted. Interested vendors must request access through SAM.gov. Capability statements should be tailored to the requirement rather than generic. Submit responses via email to Samuel Williams (samuel.williams1@socom.mil) and Spenser Gagnon (spenser.e.gagnon.civ@socom.mil).