SOF Global Services Delivery (SOFGSD)
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 United States Special Operations Command (USSOCOM) has released a Final Request for Proposal (RFP) for the SOF Global Services Delivery (SOFGSD) Multiple Award Indefinite Delivery, Indefinite Quantity (IDIQ) contract, H9240026RE001. This 100% Small Business Set-Aside opportunity, under NAICS 541611 ($24.5M size standard), seeks to provide subject matter expertise and knowledge-based services for USSOCOM's global Special Operations Forces (SOF) missions. The total maximum contract value is $2.65 billion across all prime contracts over a 7-year ordering period.
Scope of Work
Contractors will deliver a broad range of services, including:
- Education and Training Services: Support for SOF training, curriculum development, language training, and exercise planning.
- Management Support Services: Organizational advice, strategic planning, data collection, and public relations.
- Program Management: Research, studies, analysis, and acquisition program management.
- Engineering and Technical Services: Documentation, analysis, and systems engineering.
- Professional Services: Intelligence support, multimedia, operational planning, physical security, and strategic communication.
- Administrative and Other Services: Workflow revision and IT system support. The primary place of performance is MacDill AFB, FL, with potential for CONUS/OCONUS travel.
Contract Details & Requirements
This is a Multiple Award IDIQ with a minimum order of $2,500 per contract, typically for a post-award conference. Task orders may be Labor Hour, Time and Materials, Firm-Fixed-Price, or Cost-reimbursement. Mandatory Offeror Requirements:
- Top Secret (TS) Facility Clearance at proposal submission.
- NIST SP 800-171 Rev 2 Basic Confidence Level score of 110 and CMMC Level 2 compliance.
- Adequate accounting system and minimum $2M line of credit.
- Personnel supporting classified programs must possess TOP SECRET/SCI clearances at award.
- No cross-teaming is authorized.
Submission & Evaluation
Proposals must be submitted electronically via the Symphony Procurement Suite (https://ussocom-sofgsd.app.cloud.gov/). Submissions through other means will not be accepted. Symphony allows CUI only; classified data submission requires coordination with the Contracting Officer.
- Proposal Due Date: May 13, 2026, 1:00 PM Eastern Time.
- Questions Due Date: April 24, 2026, 4:00 PM Eastern Time. Evaluation will follow a Best Value, Highest Technically Rated Offer (HTRO) approach, with the government intending to award to the top 15 highest-scored offerors. Key evaluation factors include:
- Pass/Fail for administrative requirements (Volume I).
- Validation of self-scored technical proposals (Volume II) based on work samples, personnel, geographic performance, hiring, LCATs, retention, and CPARS.
- Reasonableness of fully burdened labor rates (Volume III), including a mandatory $2,500 total proposed price for the post-award conference.
Contact Information
Primary Contracting Officer: Sherri Ashby (sherri.ashby@socom.mil). Contract Specialist: Ashley Watson (ashley.s.watson.civ@socom.mil).