USSOCOM SOF AT&L INNOVATIVE TECHNOLOGY AND AGILE ACQUISITION, Commercial Solutions Opening (CSO) CALL CSO002 JATF
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), specifically the SOF AT&L Joint Acquisition Task Force (JATF), has issued Commercial Solutions Opening (CSO) CALL CSO002. This initiative seeks innovative, commercially derived technologies to enhance the mission effectiveness of Special Operations Forces (SOF) Operators and their supporting systems. The CSO aims to procure prototype projects through a multi-phased, competitive process.
Scope of Work
Solutions must address one or both of the following Areas of Interest (AOIs):
- AOI I: Unmanned Systems (UxS) Family of Systems (FoS) – Maritime: Focuses on developing and integrating a unified, interoperable, multi-mission maritime UxS FoS. Key aspects include common control interfaces, minimizing operator cognitive burden, modularity, open architectures, and interoperability. Innovative solutions could involve "Common Controller" concepts, novel commercial technology applications, "Universal Translators" for UxS payloads, or enabling autonomous collaboration between UxS.
- AOI II: Theater Edge Innovation Labs (TEIL): Focuses on capabilities that enhance UxS training, modification, integration, and sustainment. This includes TEIL-enabled infrastructure, fabrication equipment, and tools for hands-on training, rapid modification, repair, and lifecycle sustainment. Innovative solutions could involve AR/VR training, "Factory-in-a-Box" concepts, AI-driven predictive maintenance, digital integration workbenches, or commercial capabilities for rapid integration/modification.
Solutions must be built upon a foundation of modularity, interoperability, and open standards. Closed, proprietary systems may be considered non-compliant.
Contract & Timeline
- Type: Commercial Solutions Opening (CSO) for Prototype Projects, potentially leading to FAR-based Firm Fixed-Price (FFP) contracts or Other Transaction Agreements (OTA) under 10 U.S.C. § 4022. Potential for follow-on non-competitive Production Agreements.
- Set-Aside: None specified; open to both traditional and non-traditional defense contractors. Foreign-Owned businesses may submit, potentially through teaming arrangements, but may require export clearances.
- Submission Window: March 18, 2026 to April 1, 2026.
- Response Due: April 1, 2026, by 10:00 PM ET.
- Published: March 17, 2026.
- Period of Performance: Generally no greater than 18 months for any solution brief or proposal.
Submission & Evaluation
Vendors are invited to submit Solution Briefs (SB) in the form of White Papers (WP), not exceeding five (5) pages or ten (10) slides. Submissions must include "CALL CS0002" in the email subject line and address ONLY AOIs I and/or II. The evaluation is a multi-phased, competitive process, with Phase I criteria including Technical Merit, Relevancy, Innovation, Business Viability, and Affordability. The Government aims to provide an evaluation response 15 days after the submission deadline.
Additional Notes
Companies must be registered in the System for Award Management (SAM) to receive an award. All submissions must be unclassified. Questions regarding objectives or preparation should be addressed to JATF@socom.mil.