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 U.S. Special Operations Command (USSOCOM) has released a Final Request for Proposal (RFP) H9240026RE001 for SOF Global Services Delivery (SOFGSD). This 100% Small Business Set-Aside seeks to award multiple Indefinite Delivery Indefinite Quantity (IDIQ) contracts for subject matter expertise and knowledge-based services supporting global SOF missions. The total maximum contract value is $2.65 billion over a 7-year ordering period. Proposals are due May 28, 2026.
Purpose & Scope
This opportunity aims to provide comprehensive support to USSOCOM's U.S. and globally assigned Special Operations Forces. Services required span:
- Education and Training: Curriculum development, military exercises, language, and cultural training.
- Management Support: Strategic planning, capability analysis, and writing services.
- Program Management: Research, studies, analysis, and irregular warfare support.
- Engineering and Technical Services: Documentation, analysis, and systems engineering.
- Professional Services: Intelligence support, operational planning, and strategic communication.
- Administrative Services: Workflow management and IT system support. The primary place of performance is MacDill AFB, FL, with travel required as specified in task orders.
Contract Details
- Contract Type: Multiple Award Indefinite Delivery Indefinite Quantity (IDIQ).
- Set-Aside: 100% Small Business Set-Aside under NAICS 541611 ($24.5M size standard).
- Estimated Value: Up to $2.65 billion across all awards.
- Period of Performance: Base period from September 2, 2026, to September 1, 2031, plus multiple option years.
- Minimum Task Order: $2,500.
- Pricing: Task orders may be Labor Hour, Time and Materials, Firm-Fixed-Price, or Cost-reimbursement.
Key Requirements for Offerors
- Possess a Top Secret (TS) Facility Clearance at proposal submission.
- Meet NIST SP 800-171 Rev 2 Basic Confidence Level score of 110 and CMMC Level 2 cybersecurity requirements.
- Demonstrate an adequate accounting system and financial capacity (minimum $2M line of credit).
- Submit up to five work samples from the past five years, with at least one from a Tier 1 (Small Business or JV Protégé as prime).
- Complete the mandatory Staffing Proposal Pricing Template for the post-award conference, totaling $2,500.
Submission & Evaluation
- Proposal Due Date: May 28, 2026.
- Submission Method: Electronically via the Symphony Procurement Suite (
https://ussocom-sofgsd.app.cloud.gov/). Proposals submitted through other means will not be accepted. - Questions Deadline: April 24, 2026, 4:00 PM ET, submitted through Symphony.
- Evaluation: Best-value source selection using a Highest Technically Rated Offer (HTRO) approach. The Government intends to award multiple IDIQ contracts to the top 15 highest-scored offerors. Evaluation includes:
- Pass/Fail review of Administrative/Responsibility material (Volume I).
- Technical Proposal (Volume II) evaluated against a self-scoring matrix.
- Cost/Price (Volume III) for reasonableness of fully burdened labor rates.
- The Government plans to award without discussions, but may conduct clarifications.
Contact Information
Primary Contracting Officer: Sherri Ashby, sherri.ashby@socom.mil.