USSOCOM SOF AT&L INNOVATIVE TECHNOLOGY AND AGILE ACQUISITION, Commercial Solutions Opening (CSO)

SOL #: USSOCOM_SOFATL_CSOSpecial Notice

Overview

Buyer

DEPT OF DEFENSE

Place of Performance

Tampa, FL

NAICS

No NAICS code specified

PSC

No PSC code specified

Set Aside

No set aside specified

Timeline

1
Posted
Feb 24, 2026
2
Last Updated
Mar 11, 2026
3
Action Date
Mar 10, 2026, 8:30 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 U.S. Special Operations Command (USSOCOM) SOF Acquisition, Technology, and Logistics (AT&L) has issued a Commercial Solutions Opening (CSO) for Innovative Technology and Agile Acquisition. This broad CSO, open until February 28, 2028, seeks innovative commercial technologies to address SOF mission sets.

Specifically, Call CSO-001 invites proposals from Commercial Consortium Management firms to establish an Other Transaction Agreement (OTA). This firm will manage a consortium focused on 12 diverse Areas of Interest (AOIs) to rapidly prototype and field capabilities for SOF. Proposals for CSO-001 are due March 10, 2026.

Purpose & Scope

USSOCOM SOF AT&L aims to maintain a decisive advantage in a complex and contested future operating environment by leveraging innovative commercial solutions. The strategic focus is on information dominance, empowering operators, and integrating systems that accelerate decision-making and enable tailored effects. Solutions must be modular, interoperable, and built on open standards, avoiding closed, proprietary systems.

CSO-001: Consortium Management

This specific call seeks a single Consortium Manager (CM) to establish an OTA. The CM will manage consortium operations, attract and retain members (including small businesses and non-traditional vendors), facilitate teaming, and prepare members for prototype projects. The objectives include minimizing barriers to entry, facilitating proposal development, reducing prototype costs, and maximizing government expenditure value.

Areas of Interest (AOIs)

The consortium will address a broad range of technology areas, including:

  • AOI I: Market Research/Creative Development
  • AOI II: Design Development/Systems Engineering
  • AOI III: Multi-Domain Test and Evaluation (including virtual environments)
  • AOI IV: Rapid Prototyping/Low-Rate Production (<100 units)
  • AOI V: Information Dominance & Battlespace Awareness (e.g., Collaborative Autonomy, Advanced Sensors, AI/ML)
  • AOI VI: Multi-Domain Communications & Cyber Operations (e.g., Edge Processing, Assured PNT, Cyber Defense)
  • AOI VII: Scalable Precision & Lethality (e.g., Directed Energy, Weapons Enhancements, Tactical Offensive Cyber/EW)
  • AOI VIII: Human-Machine Integration (e.g., Optimized Interfaces, Natural Control, AI for operators)
  • AOI IX: Advanced Engineering, Mobility & Logistics (e.g., Digital Engineering, Advanced Manufacturing, Next-Gen Mobility)
  • AOI X: SOF Operator Performance & Sustainment (e.g., Advanced Protection, Prolonged Field Care, Signature Management)
  • AOI XI: Power & Energy (e.g., SOF Peculiar Systems, Dismounted Solutions)
  • AOI XII: Subsea & Seabed Warfare

Submission & Evaluation Process

The process involves three phases:

  1. Phase I (Solution Briefs): Submit a white paper (max 10 pages/slides) detailing your consortium management concept, capability, innovation, relevant past work, and offeror viability. Evaluation focuses on Technical merit (management, marketing, innovation), Importance to agency programs (relevance, past performance, business viability), and Affordability.
  2. Phase II (Optional Pitch/Demonstration): Invited offerors may present their solutions.
  3. Phase III (Request for Prototype Proposal - RPP): Selected companies receive an RPP for detailed cost/price proposals.

Contract & Timeline

Awards may include Firm Fixed-Price contracts or Other Transaction Agreements (OTAs) under 10 U.S.C. § 4022 for prototype projects. Successful prototypes may lead to non-competitive follow-on production agreements.

  • CSO General Availability: Through February 28, 2028
  • CSO-001 Proposal Due: March 10, 2026
  • Published: February 24, 2026
  • Set-Aside: None specified

Additional Notes

Offerors must be registered in SAM.gov and WAWF. The government may use Artificial Intelligence (AI) for initial reviews. Contact: Ronald Reed (ronald.e.reed.civ@socom.mil), James Helmick (james.s.helmick.civ@socom.mil), Vincent L. Seiferd (Vincent.seiferd@socom.mil).

People

Points of Contact

Ronald ReedPRIMARY
James HelmickSECONDARY

Files

Files

No files attached to this opportunity

Versions

Version 3
Special Notice
Posted: Mar 11, 2026
View
Version 2
Special Notice
Posted: Mar 3, 2026
View
Version 1Viewing
Special Notice
Posted: Feb 24, 2026
USSOCOM SOF AT&L INNOVATIVE TECHNOLOGY AND AGILE ACQUISITION, Commercial Solutions Opening (CSO) | GovScope