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
Mar 31, 2026
3
Submission Deadline
May 13, 2026, 5:00 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 United States Special Operations Command (USSOCOM) has released a formal Request for Proposal (RFP) for the SOF Global Services Delivery (SOFGSD) Multiple Award Indefinite Delivery Indefinite Quantity (IDIQ) contract. This opportunity seeks subject matter expertise and knowledge-based services to support global Special Operations Forces (SOF) missions. It is a 100% Small Business Set-Aside under NAICS 541611 ($24.5M size standard). Proposals are due May 13, 2026, at 1:00 PM Eastern.

Scope of Work

The contractor will provide services across several key areas to ensure SOF are highly trained, properly equipped, and effectively deployed. These include:

  • Education and Training Services: Vocational/technical training, curriculum development, military exercises, language training, combat modeling, and wargaming.
  • Management Support Services: Strategic planning, capability analysis, data collection, writing services, public relations, and media analysis.
  • Program Management: Research, studies, analysis, strategic/operational planning, irregular warfare support, and acquisition program management.
  • Engineering and Technical Services: Documentation, technical analysis, data management, and systems engineering.
  • Professional Services: Intelligence support, multimedia, graphic arts, operational planning, physical security, and strategic communication.
  • Administrative and Other Services: Workflow revision, IT system support, and conference support.

Contract Details

  • Contract Type: Multiple Award Indefinite Delivery Indefinite Quantity (IDIQ).
  • Estimated Value: Up to $2.65 billion total maximum contract value across all prime contracts over the 7-year ordering period.
  • Period of Performance: Base period from September 2, 2026, to September 1, 2031, with multiple option years.
  • Place of Performance: Primarily MacDill AFB, FL, with travel potentially required within and outside the Continental United States.
  • Minimum Order: $2,500 per contract, typically for a post-award kick-off meeting.

Eligibility & Submission

  • Set-Aside: 100% Small Business Set-Aside (NAICS 541611).
  • Facility Clearance: Offerors must possess a Top Secret (TS) Facility Clearance at the time of proposal submission. Joint Ventures must have both managing partners holding a TS Facility Clearance.
  • Cybersecurity: Compliance with NIST SP 800-171 Rev 2 Basic Confidence Level score of 110 and CMMC Level 2 is required.
  • Proposal Submission: Electronically via the Symphony Procurement Suite (https://ussocom-sofgsd.app.cloud.gov/). Proposals submitted through other means will not be accepted.
  • Proposal Due Date: May 13, 2026, at 1:00 PM Eastern. (Updated by Amendment 0001).
  • Questions Deadline: April 24, 2026, 4:00 PM ET, submitted through Symphony.
  • Organizational Conflict of Interest (OCI): Strict guidelines apply; cross-teaming (prime acting as subcontractor on another proposal) is not authorized.

Evaluation Criteria

Award will be based on a Best Value, Highest Technically Rated Offer (HTRO) approach, with the government intending to award without discussions. The evaluation process includes:

  • Initial Review: For completeness and compliance.
  • Self-Scored Proposals: Validation using the Symphony Score Card and supporting documentation. Inaccurate self-scoring may lead to elimination.
  • Volume I (Administrative): Pass/fail evaluation of Executive Summary, Organizational Structure, Facility Clearance, Accounting System, Financial Capacity, Certifications, Teaming Agreements, and SPRS/CMMC Compliance.
  • Volume II (Technical Proposal): Evaluated against a self-scoring matrix (Attachment 02) based on work samples demonstrating personnel numbers, concurrent performance, hiring rates, labor categories, SOW coverage, retention, and CPARS ratings.
  • Volume III (Cost/Price): Evaluation of price proposal reasonableness for fully burdened labor rates. A minimum Total Proposed Price of $2,500 for the post-award conference is required for award eligibility, using the Staffing Proposal Pricing Template (Attachment 04).

Contact Information

People

Points of Contact

Sherri AshbyPRIMARY

Files

Files

Download
Download
Download
Download
Download
View
Download
Download
Download
Download
Download
Download

Versions

Version 2Viewing
Solicitation
Posted: Mar 31, 2026
Version 1
Solicitation
Posted: Mar 30, 2026
View
SOF Global Services Delivery (SOFGSD) | GovScope