SOF Global Services Delivery (SOFGSD)

SOL #: H9240026RE001Solicitation

Overview

Buyer

DEPT OF DEFENSE
Us Special Operations Command (Ussocom)
HQ USSOCOM
TAMPA, FL, 33621-5323, United States

Place of Performance

Tampa, FL

NAICS

Administrative Management and General Management Consulting Services (541611)

PSC

Other Professional Services (R499)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)

Timeline

1
Posted
Mar 30, 2026
2
Last Updated
May 8, 2026
3
Submission Deadline
May 29, 2026, 2:00 AM

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 formal Request for Proposal (RFP) for the SOF Global Services Delivery (SOFGSD) Indefinite Delivery Indefinite Quantity (IDIQ) contract. This 100% Small Business Set-Aside seeks to procure subject matter expertise and knowledge-based services for U.S.-based and globally assigned Special Operations Forces (SOF) missions. Proposals are due May 28, 2026, at 10:00 PM local time.

Purpose & Scope

This IDIQ aims to ensure SOF are highly trained, properly equipped, and effectively deployed by providing a broad range of services. The scope includes:

  • Education and Training Services: SOF training, curriculum development, military exercises, translation, cultural/language training, combat modeling, simulation, wargaming.
  • Management Support Services: Organizational management, strategic planning, capability analysis, data collection, writing, public relations.
  • Program Management: Research, studies, analysis, strategic/operational planning, irregular warfare support, acquisition program management.
  • Engineering and Technical Services: Documentation, analysis, data management, systems engineering.
  • Professional Services: Intelligence support, multimedia, operational planning, physical security, strategic communication.
  • Administrative & Other Services: Workflow management, IT system support, conference support. The primary place of performance is MacDill AFB, FL, with travel potentially required CONUS and OCONUS.

Contract Details

  • Contract Type: Multiple Award Indefinite Delivery Indefinite Quantity (IDIQ)
  • Estimated Value: Up to $2.65 billion total maximum contract value across all prime contracts over a 7-year ordering period.
  • Period of Performance: Base period from September 2, 2026, to September 1, 2031, with multiple option years extending through September 1, 2033.
  • Minimum Order: $2,500 per task order.
  • Set-Aside: 100% Small Business Set-Aside under NAICS 541611 (Management Consulting Services) with a $24.5M size standard.
  • Pricing Arrangements: Task orders may be Labor Hour, Time and Materials, Firm-Fixed-Price, or Cost (No Fee/CPFF).

Submission Requirements

Proposals must be submitted electronically through the Symphony Procurement Suite (https://ussocom-sofgsd.app.cloud.gov/). Submissions via other means will not be accepted. Key requirements include:

  • Volume I (Administrative & Responsibility Material): Executive Summary, Organizational Structure, Top Secret Facility Clearance (required at submission), adequate accounting system, financial capacity, certifications, teaming agreements, and cybersecurity compliance (NIST SP 800-171 Rev 2 Basic Confidence Level of 110, CMMC Level 2).
  • Volume II (Technical Proposal): Up to five work samples from the past five years, substantiating self-scoring based on the provided HTRO Self Score Matrix. At least one work sample must be Tier 1 (Small Business or JV Protégé as prime).
  • Volume III (Price): Staffing Proposal Pricing Template and Cost/Price Introductory Documents.
  • Classified Material: Classified material (up to SECRET//NOFORN) must be submitted via SIPR email as specified in Section L3.1.6. Symphony only allows up to CUI.
  • Cross-teaming (prime acting as subcontractor on another proposal) is not authorized.

Evaluation Criteria

Awards will be made to the top 15 highest-scored offerors (including ties) using a Highest Technically Rated Offer (HTRO) approach, aiming for diverse core expertise. The evaluation is a two-step process:

  1. Initial Review: For completeness and compliance.
  2. Self-Score Validation: Using the Symphony Score Card and supporting documentation. Inaccurate self-scoring based on misleading documentation may lead to immediate elimination.
  • Volume I: Pass/Fail.
  • Volume II (Technical): Evaluated against substantiating data for categories like personnel count, geographic performance, hiring rates, Labor Category (LCAT) presence, SOW coverage, retention, and CPARS ratings. The burden of proof rests with the offeror.
  • Volume III (Cost/Price): Assessed for reasonableness. A minimum Total Proposed Price of $2,500 for the post-award conference is required for eligibility.

Key Dates & Contacts

People

Points of Contact

Sherri AshbyPRIMARY

Files

Files

Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
View
Download
Download
Download
Download
Download
Download

Versions

Version 5Viewing
Solicitation
Posted: May 8, 2026
Version 4
Solicitation
Posted: May 6, 2026
View
Version 3
Solicitation
Posted: Apr 10, 2026
View
Version 2
Solicitation
Posted: Mar 31, 2026
View
Version 1
Solicitation
Posted: Mar 30, 2026
View
SOF Global Services Delivery (SOFGSD) | GovScope