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 13, 2026, 5:00 PM

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.

People

Points of Contact

Sherri AshbyPRIMARY

Files

Files

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

Versions

Version 5
Solicitation
Posted: May 8, 2026
View
Version 4
Solicitation
Posted: May 6, 2026
View
Version 3Viewing
Solicitation
Posted: Apr 10, 2026
Version 2
Solicitation
Posted: Mar 31, 2026
View
Version 1
Solicitation
Posted: Mar 30, 2026
View