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) Contracting Office is conducting a Request for Information (RFI) / Sources Sought for market research purposes. The objective is to identify companies capable of providing Joint Terminal Attack Controller (JTAC)-Instructor/Evaluator (I/E) support for the MARFORSOC JTAC program and other Air/Fires mission sets. This is for planning and informational purposes only and does not constitute a solicitation. Responses are due by February 20, 2026, at 12:00 PM EST.
Scope of Work
MARFORSOC seeks support for its JTAC program, including instructor and evaluator services for various Air/Fires mission sets. The specific requirements are detailed in a draft Performance Work Statement (PWS). Vendors are encouraged to provide a summary of their company capabilities and demonstrate how they meet these requirements.
Contract & Timeline
- Opportunity Type: Request for Information (RFI) / Sources Sought
- Anticipated Contract Type: Firm Fixed-Price (FFP) Indefinite Delivery/Indefinite Quantity (IDIQ)
- Estimated Period of Performance: Base year (Sep 1, 2026 - Aug 31, 2027) + 4 option years, with a potential six-month extension through Feb 28, 2032.
- Place of Performance: Sneads Ferry, NC.
- NAICS Code: 611430, Professional and Management Development Training (Size Standard: $15M)
- PSC Code: R408, Professional Program Management and Support Services
- Set-Aside: No set-aside for this RFI. However, small businesses in all socioeconomic categories are encouraged to respond, as responses will help determine if a follow-on Request for Proposals (RFP) will be restricted to small businesses.
- Questions Due: February 13, 2026, 12:00 PM EST
- Response Due: February 20, 2026, 12:00 PM EST
- Published Date: February 6, 2026
Submission Requirements
Interested companies must submit a response (not to exceed 5 pages) demonstrating their capability. The response should include:
- Company Name, Address, Point of Contact, CAGE Code, Business Size
- Facility Clearance (FCL) Information (if applicable)
- Phone Number, Email Address
- Relevant experience providing similar support to MARSOC or equivalent military organizations
- Recommendations on contract vehicles/sources
Vendors are also invited to provide comments, recommended changes, or questions regarding the draft PWS. The Government will review these suggestions to improve the PWS and potentially reduce costs.
Additional Notes
This RFI is for market research only; the Government is under no obligation to acquire services. The PWS is a draft document and subject to change. The PWS is restricted and requires vendors to submit a request for access through SAM.gov. Submissions and questions should be emailed to Mr. Samuel Williams (samuel.williams1@socom.mil) and Mrs. Spenser Gagnon (spenser.e.gagnon.civ@socom.mil).