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
The U.S. Special Operations Command (USSOCOM) has released a Draft Request for Proposal (RFP) for SOF Global Services Delivery (SOFGSD), a Total Small Business Set-Aside opportunity. This initiative seeks to establish multiple-award Indefinite Delivery Indefinite Quantity (IDIQ) contracts to provide subject matter expertise and knowledge-based services for USSOCOM's global missions. The final RFP release is now delayed to Q2 FY26, with at least one more draft expected. No proposals are being accepted under this draft.
Scope of Work
The SOFGSD IDIQ will cover a broad spectrum of services, including:
- Education and Training Services: Vocational/technical training, curriculum development, language, combat modeling, exercise planning.
- Management Support Services: Strategic planning, capability analysis, data collection, public relations.
- Program Management: Strategic/operational planning, irregular warfare analysis, acquisition support.
- Engineering and Technical Services: Documentation, analysis, systems engineering, T&E support.
- Professional Services: Intelligence support, multimedia, operational planning, physical security, HUMINT, GEOINT, mission planning.
- Administrative Services: Workflow management, reporting, office support. Performance will primarily be at MacDill AFB, FL, but task orders may specify other CONUS/OCONUS locations.
Contract Details & Key Requirements
This will be a multiple-award IDIQ contract, designated as a Total Small Business Set-Aside. Key mandatory requirements for offerors include:
- CMMC Level 1 (Self) certification for the prime and all team members at the time of proposal submission, effective November 10, 2025.
- A Top Secret Facility Clearance (TS FCL) at the time of proposal submission. Unpopulated Joint Ventures require both managing partners to hold a TS FCL.
- Small Businesses must demonstrate a $2 million line of credit.
- Cross-teaming is restricted: a company cannot be both an Offeror and a subcontractor on another Offeror's proposal.
- The initial task order will be a $2,500 Firm Fixed Price for a post-award kick-off meeting.
Proposal Requirements
Proposals must be submitted in three volumes:
- Volume I – Administrative and Responsibility Material: Includes organizational history, facility clearance, accounting system adequacy, financial capacity, and cybersecurity compliance.
- Volume II – Technical Proposal: Requires up to five work samples (contracts or task orders within the last five years) to substantiate self-scoring. At least one work sample must be Tier 1 (performed by the Small Business Offeror or JV protégé as prime). The HTRO Self Score Matrix (Attachment 02) and Cross Reference Matrix (Attachment 03) are critical for this volume.
- Volume III – Price: Includes a Staffing Proposal Pricing Template (Attachment 04) with a total proposed price of $2,500.00 for the post-award conference. Offerors must use the provided Q&A template for inquiries.
Evaluation & Award
Awards will be based on a Highest Technically Rated Offer (HTRO) approach, with the Government intending to award to at least the top ten highest-scored eligible offerors. The evaluation process includes:
- Acceptability Review: Conformance against solicitation instructions.
- Self-Score Validation: Ranking by offeror's self-score, validated against documentation. Inaccurate scores may lead to elimination.
- Price Evaluation: For highest-rated offerors, prices will be assessed for fairness and reasonableness.
- Contractor Responsibility Determination (CRD): For the top ten scores. The Government plans to award without discussions but reserves the right to conduct clarifications.
Timeline & Submission
The final RFP release is delayed to Q2 FY26, with an expected release early in the quarter. Interested parties should anticipate at least one more draft RFP. The current response date of March 6, 2026, is for this draft, and no proposals will be accepted. Electronic submissions will be via DoD SAFE.
Key Contacts
For questions and correspondence, contact the Contracting Team:
- Sherri Ashby: sherri.ashby@socom.mil
- Christos Tragakis: christos.j.tragakis.civ@socom.mil