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 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.

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