SOF Global Services Delivery (SOFGSD)
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 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
- Primary Contracting Officer: Sherri Ashby (sherri.ashby@socom.mil)
- Contract Specialist: Ashley Watson (ashley.s.watson.civ@socom.mil)