SOF Global Services Delivery Request for Proposal (DRAFT)
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
This is a DRAFT Request for Proposal (RFP) for the SOF Global Services Delivery (SOFGSD) acquisition by the US Special Operations Command (USSOCOM). The opportunity is a Total Small Business Set-Aside for multiple-award Indefinite Delivery Indefinite Quantity (IDIQ) contracts. No proposals will be accepted from this draft RFP. The Final RFP is anticipated for release in Q2 FY26.
Purpose & Scope
The SOFGSD acquisition seeks to procure subject matter expertise and knowledge-based services to support USSOCOM's global Special Operations Forces (SOF) missions, ensuring Stability, Agility, and Reach. Services include Education and Training, Management Support, Program Management, Engineering and Technical Services, Professional Services (e.g., intelligence, planning, security), and Administrative Services. The primary place of performance is MacDill AFB, FL, with potential for CONUS/OCONUS travel.
Contract Details
This will result in multiple-award IDIQ contracts, with the Government intending to award to at least the top ten highest-scored offerors. Task orders may be Time and Materials, Labor Hour, Firm Fixed Price, or Cost-reimbursement. A minimum $2,500 firm fixed price initial task order is required for a post-award kick-off meeting.
Key Requirements & Eligibility
Offerors must possess a Top Secret Facility Clearance at the time of proposal submission. The Final RFP will include a CMMC Level 2 (Self) certification for relevant systems, along with a NIST SP 800-171 Rev 2 Assessment with a minimum Basic Confidence Level score of 110. Small Businesses must demonstrate a $2M line of credit. Proposals must include up to five work samples (within the last five years), with at least one Tier 1 sample from the Small Business Offeror or JV protégé as prime. Cross-teaming (prime as subcontractor on another proposal) is not authorized. Organizational Conflict of Interest (OCI) is a significant concern.
Proposal Submission & Evaluation
Proposals for the Final RFP must be submitted electronically via the Symphony Procurement Suite. The evaluation will follow a Highest Technically Rated Offer (HTRO) approach, with the Government planning to award without discussions but reserving the right to conduct them. Evaluation involves a conformance review, validation of offerors' self-scores against documentation, and assessment of price for fairness and reasonableness. Factors include Administrative & Responsibility (pass/fail), Technical Proposal (work samples, LCATs, CPARS), and Cost/Price. The total proposed price for the post-award conference must be $2,500.
Timeline & Contact
The Final RFP is anticipated in Q2 FY26. No proposals are accepted for this draft. Questions for the Final RFP will be accepted during a dedicated Q&A period. For inquiries, contact Sherri Ashby at sherri.ashby@socom.mil.