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 US Special Operations Command (USSOCOM) SOF AT&L JATF has issued Commercial Solutions Opening (CSO) Call CSO002 to solicit innovative, commercially derived technologies. This initiative aims to procure prototype projects that enhance the mission effectiveness of Special Operations Forces (SOF) Operators and their supporting systems. Submissions are limited to Call CSO002 and must address specific Areas of Interest (AOIs). Solution Briefs are due by April 1, 2026.
Scope of Work
This CSO seeks solutions for two primary Areas of Interest:
- 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 concepts like "Common Controller" systems, novel commercial technology applications, "Universal Translators" for UxS payloads, or autonomous UxS collaboration are encouraged.
- AOI II: Theater Edge Innovation Labs (TEIL): Seeks capabilities to 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, or digital integration workbenches.
All solutions must be built upon modularity, interoperability, and open standards; closed, proprietary systems may be deemed non-compliant.
Contract & Timeline
Awards may be structured as FAR-based Firm Fixed-Price (FFP) contracts or Other Transaction Agreements (OTA) under 10 U.S.C. § 4022 for Prototype Projects. Successful prototypes may lead to non-competitive Production Agreements or Procurement for Experimental Purposes Contracts.
- Submission Window: March 18, 2026, to April 1, 2026.
- Solution Briefs Due: April 1, 2026, by 22:00:00Z.
- Government Response: Expected within 15 days of the submission deadline.
- Period of Performance: Generally no greater than 18 months.
Evaluation & Eligibility
The evaluation is a multi-phased competitive process, starting with Phase I (Solution Brief evaluation), potentially followed by Phase II (pitch/demonstration), and Phase III (Request for Prototype Proposal - RPP).
- Phase I Evaluation Criteria: Technical Merit, Relevancy, Innovation, Business Viability, and Affordability.
- Eligibility: Open to both traditional and non-traditional defense contractors. Foreign-Owned businesses may submit, potentially through teaming arrangements, but may require export clearances.
Submission Requirements & Notes
Solution Briefs (White Papers) must not exceed five (5) pages or ten (10) slides. The email subject line must include "CALL CS0002" and submissions must address ONLY AOIs I and/or II.
- Companies must be registered in SAM.gov to receive an award.
- Costs for preparing and submitting solution briefs are at the company's expense.
- Questions regarding objectives or preparation should be directed to JATF2@socom.mil.
- Submissions must be unclassified.