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 seeks to provide subject matter expertise and knowledge-based services for U.S. and globally assigned Special Operations Forces (SOF) missions. The total maximum contract value is $2.65 billion over a 7-year ordering period. Proposals are due May 13, 2026, at 1:00 PM Eastern.
Scope of Work
The SOFGSD contract will support USSOCOM's enterprise requirements, ensuring SOF are highly trained, properly equipped, and effectively deployed. Services include:
- Education and Training Services: Vocational/technical training, curriculum development, military exercises, language training, combat modeling/simulation.
- Management Support Services: Strategic planning, capability analysis, data collection, writing services, public relations.
- Program Management: Research, studies, analysis, irregular warfare support, acquisition program management.
- Engineering and Technical Services: Documentation, technical analysis, data management, systems engineering.
- Professional Services: Intelligence support, multimedia, operational planning, physical security, strategic communication.
- Administrative and Other Services: Workflow revision, IT system support, conference support. Performance will primarily be at MacDill AFB, FL, with potential for CONUS/OCONUS travel.
Contract Details
- Contract Type: Multiple Award Indefinite Delivery Indefinite Quantity (IDIQ).
- Estimated Value: $2.65 billion total maximum.
- Period of Performance: Base period (Sep 2, 2026 - Sep 1, 2031) with multiple option years.
- Set-Aside: 100% Small Business Set-Aside (NAICS 541611, $24.5M size standard).
- Pricing: Task orders may be Labor Hour, Time and Materials, Firm-Fixed-Price, or Cost (No Fee/CPFF). Minimum order is $2,500.
Eligibility & Submission Requirements
- Facility Clearance: Offerors must possess a Top Secret (TS) Facility Clearance at proposal submission. Joint Ventures require both managing partners to hold a TS FCL.
- Cybersecurity: Compliance with NIST SP 800-171 Rev 2 (Basic Confidence Level score of 110) and CMMC Level 2 is mandatory.
- Financial: Adequate accounting system and a minimum $2M line of credit are required.
- Proposal Content: Proposals must include an Executive Summary, Organizational Structure, Financial Capacity, Contract Forms, Certifications, Teaming Agreements, and up to five work samples (at least one Tier 1 Small Business/JV Protégé prime).
- Personnel: Many Labor Categories (LCATs) require TS/SCI clearance.
- Mandatory Pricing: A $2,500 total proposed price for the post-award conference is required for award eligibility.
- Submission Method: Electronically via the Symphony Procurement Suite ONLY (
https://ussocom-sofgsd.app.cloud.gov/). No classified data (CUI only). - Prohibitions: Cross-teaming and communications with Government personnel other than the Contracting Officers are prohibited. Organizational Conflict of Interest (OCI) guidelines are strictly enforced.
Evaluation Factors
Award will be based on a Best Value, Highest Technically Rated Offer (HTRO) approach, with the intent to award multiple IDIQ contracts to the top 15 highest-scored offerors. Evaluation includes:
- Volume I (Administrative): Pass/fail review for completeness and compliance.
- Volume II (Technical): Validation of self-scored proposals against a matrix covering personnel, geographic performance, hiring, LCATs, SOW coverage, retention, and CPARS ratings.
- Volume III (Cost/Price): Assessment of fully burdened labor rate reasonableness.
Key Dates
- Questions Deadline: April 24, 2026, 4:00 PM ET (via Symphony).
- Webinar (Symphony Demo): April 14, 2026, 2:30 PM – 4:00 PM ET (
meet.google.com/ztn-aoup-cez). - Proposal Due Date: May 13, 2026, at 1:00 PM Eastern.