ContractSolicitationTotal Small Business Set-Aside (FAR 19.5)

SOF Global Services Delivery (SOFGSD)

DEPT OF DEFENSE H9240026RE001
Response Deadline
May 29, 2026
20 days left
Days Remaining
20
Until deadline
Set-Aside
Total Small Business Set-Aside (FAR 19.5)
Notice Type
Solicitation

Contract Opportunity Analysis

HQ U.S. Special Operations Command is seeking a small-business set-aside multiple-award IDIQ contract for Special Operations Forces Global Services Delivery to support global SOF mission requirements. The work covers knowledge-based services across education and training, management support, program management, engineering and technical support, professional services, and administrative services, with task orders issued for CONUS and OCONUS needs. The solicitation uses a highest-technically-rated-offer, self-scoring evaluation approach that validates substantiating documentation across multiple volumes and places strong emphasis on compliance with submission instructions, security requirements, and classified work-sample handling. Proposals must be submitted electronically through Symphony only, and the current proposal due date is May 28, 2026 at 10:00 PM Eastern.

Classification Codes

NAICS Code
541611
Administrative Management and General Management Consulting Services
PSC Code
R499
SUPPORT- PROFESSIONAL: OTHER

Solicitation Documents

21 Files
Atch 06 SOFGSD DRAFT DD FORM 254.pdf
PDF94 KBMay 8, 2026
AI Summary
This DD Form 254 outlines security requirements for the “SPECIAL OPERATIONS FORCES GLOBAL SERVICE DELIVERY INDEFINTE DELIVERY INDEFINATE QUANTITY (SOF GSD IDIQ)” contract, H9240026RE001, with a due date of 20260513. It mandates a Top Secret facility security clearance and safeguarding level for the contractor. The contract is tentative, requiring final review and approval by U.S. Special Operations Command Industrial Security. Key requirements include handling classified information up to SECRET, access to NIPRNET/SIPRNET at government facilities, and safeguarding Controlled Unclassified Information (CUI) as per the attached CUI Addendum. Subcontracting requires separate DD Form 254s and HQ USSOCOM approval. A biennial review of the DD Form 254 is necessary. Public release of information is restricted and requires approval from HQ USSOCOM. The document details specific guidance on CUI designation, marking, processing, dissemination, storage, transmission, destruction, and reporting unauthorized disclosures.
SF33 - H9240026RE001.pdf
PDF2773 KBMay 8, 2026
AI Summary
The document is a Request for Proposal (RFP) for the SOF Global Services Delivery (SOFGSD) multiple award contract (H9240026RE001) issued by HQ USSOCOM. It seeks subject matter expertise and knowledge-based services for U.S. and global Special Operations Forces (SOF) missions. The contract, with an estimated maximum value of $2.65 billion over a 7-year ordering period, allows for various task order types including Labor Hour, Time & Materials, Firm Fixed Price, Cost, and Cost-Plus Fixed Fee. Key aspects include specific clauses on unclassified information disclosure, protection of covered defense information, and procedures for issuing task orders. The RFP also outlines inspection, acceptance, and delivery terms, with specific performance periods for the base and option years, and detailed instructions for electronic payment submissions via Wide Area WorkFlow (WAWF).
Atch 03 SOFGSD LCAT Descriptions.xlsx
Excel26 KBMay 8, 2026
AI Summary
This document outlines various intelligence and operational positions, detailing required qualifications, experience, education, and security clearances for U.S. Government Agency and DoD roles. Key positions include Intelligence Analyst, Linguist, Data Management, Operational Planner, Mission Assurance, Financial Analyst, Strategic Planner, Role Player, Instructor, Regional/Cultural Advisor, and SOF Specialty Trainer. Each role specifies tasks, minimum years of experience, educational requirements (ranging from N/A to Master's degrees), and clearances (typically TS/SCI, with some Secret or N/A). The document also provides specific examples of tasks and expertise required for each position and includes an extensive list of acronyms and their definitions relevant to the intelligence and defense sectors.
Atch 04 Staffing Proposal Pricing Template.xlsx
Excel21 KBMay 8, 2026
AI Summary
This government file, H9240025RE002 - SOFGSD, outlines the instructions and requirements for a Post-Award Conference Price Proposal. To be eligible for award, offerors must submit a staffing proposal with a total proposed price of $2,500 for the post-award conference. The conference is expected to last approximately 60 minutes, and proposed fully burdened labor rates should reflect a one-hour duration. Offerors are required to identify and propose fully burdened labor rates for up to four personnel who will attend the conference. Any exceptions to the provided staffing proposal must be justified with supporting documentation. The document includes a template for the proposal, detailing sections for personnel, labor categories, fully burdened labor rates, labor hours, and total labor price, emphasizing that the total proposed price must equal $2,500.00.
SF30 - H9240026RE001 Amd 0001.pdf
PDF1341 KBMay 8, 2026
AI Summary
This amendment, H9240026RE0010001, modifies a solicitation issued by HQ USSOCOM to correct the proposal submission date. The original response due date of April 30, 2026, has been extended to May 13, 2026, at 1:00 PM Eastern. Offerors must acknowledge receipt of this amendment by completing items 8 and 15 and returning copies, acknowledging on each offer copy, or sending a separate letter or electronic communication referencing the solicitation and amendment numbers. Failure to acknowledge may result in the rejection of an offer. This document outlines procedures for modifying existing offers based on this amendment and specifies that all other terms and conditions of the original solicitation remain unchanged. The amendment was signed by Sherri Ashby on March 31, 2026.
A1 SOFGSD Section L (Final).docx
Word76 KBMay 8, 2026
AI Summary
This government file, H9240026RE001, outlines instructions for preparing and submitting proposals for a federal government Request for Proposal (RFP). It details the required format, content, and submission process through the Symphony Procurement Suite, emphasizing that proposals submitted through other means will not be accepted. The document specifies three main volumes: Administrative and Responsibility Material, Technical Proposal, and Price. It sets page limits for certain sections and exempts others. Key submission requirements include a Top-Secret Facility Clearance, an adequate accounting system, financial capacity, and compliance with cybersecurity standards like SPRS and CMMC Level 2. The RFP also addresses Organizational Conflict of Interest, the Government's potential use of AI for proposal evaluation, and strict guidelines for submitting work samples and pricing information. The proposal due date is May 13, 2026, at 1:00 PM Eastern Time, and proposals must remain valid for 365 days. Offerors are responsible for addressing any discrepancies and submitting questions via Symphony by April 24, 2026.
A2 SOFGSD Section M (Final).docx
Word51 KBMay 8, 2026
AI Summary
This document outlines the evaluation process for the SOFGSD contracts, a best-value source selection under FAR Part 15, aiming for multiple-award Indefinite Delivery Indefinite Quantity (IDIQ) contracts for the top 15 highest-scored offerors. The process involves a three-step evaluation: initial compliance review, validation of self-scores through supporting documentation, and a price reasonableness check for highest-rated offerors. Proposals must meet all solicitation requirements, including administrative and responsibility material (Volume I) which is evaluated on a pass/fail basis. Technical proposals (Volume II) are validated against a self-scoring matrix across seven categories, with supporting documentation crucial for score substantiation. Cost/price proposals (Volume III) are evaluated for reasonableness, specifically regarding a $2,500 post-award conference price and associated labor rates. The government intends to award without discussions but reserves the right to conduct them if necessary, and emphasizes strict enforcement of submission requirements.
A3 SOFGSD Section H.docx
Word43 KBMay 8, 2026
AI Summary
This document, H9240026RE001, outlines the procedures for issuing task and delivery orders under multiple-award, indefinite delivery-indefinite quantity (IDIQ) contracts for SOFGSD requirements. It specifies that Firm Fixed Price (FFP) will be the preferred contract type, with Time and Materials or Labor Hour preferred for manpower augmentation. All multiple-award contractors are considered for orders over $3,500, with exceptions for urgency, unique services, logical follow-ons, minimum guarantee, or socio-economic set-asides. Cross-teaming is prohibited. The ordering process involves requests for task order proposals, contractor submissions (including management plans and pricing), government evaluation, and potential interchanges. Task orders are issued electronically, and work commencement requires explicit approval. Special provisions cover urgent orders, protests, and an Ombudsman for complaints. An initial task order of $2,500 is mandated for a kick-off meeting. The document also addresses Organizational Conflicts of Interest (OCI), proprietary information protection, Common Access Card (CAC) requirements, Associate Contractor Agreements (ACA), and Theater Business Clearance (TBC) for support in Iraq and Afghanistan.
Atch 05 DCAA Pre-award Survey Checklist.pdf
PDF292 KBMay 8, 2026
AI Summary
The Pre-Award Survey of Prospective Contractor Accounting System Checklist is a comprehensive document designed to assess a contractor's accounting system for federal government contracts, particularly those involving Cost-Type contracts (FAR 16.3). It gathers essential company information, including CAGE Code, DCAA office details, and points of contact. The checklist requires contractors to confirm their understanding of SF1408 and DCAA Publication DCAAM 7641.90. Key areas of evaluation include the organization's audit history with DCAA, compliance with Cost Accounting Standards (CAS), and adherence to Generally Accepted Accounting Principles (GAAP). The survey also delves into the operational status and readiness of the accounting system for DCAA audits, the consistency of proposed labor rates with FAR Part 31, and the system's ability to segregate and accumulate direct and indirect costs by contract. Furthermore, it examines the efficiency of timekeeping and labor distribution systems, the interim determination of contract costs, and the exclusion of unallowable costs. The checklist ensures the accounting system can identify costs by contract line item, segregate preproduction costs, provide financial information for limitation of cost/payments and progress payments, and support pricing for follow-on acquisitions. Finally, it asks about the contractor's plans and current performance on Cost-Type contracts.
SOFGSD Symphony Webinar QnA (20260414).xlsx
Excel38 KBMay 8, 2026
AI Summary
The document provides a Q&A for users regarding the Symphony platform, which is utilized for federal government RFPs, grants, and state/local RFPs. The primary focus is on user access, data visibility, and submission processes for prime contractors and subcontractors. Key points include: unlimited access for all users registered under a company's UEI and CAGE code, meaning no restricted viewing roles; the prime contractor's responsibility for all submitted information, including that of subcontractors; and the option for subcontractors to upload their own documents if registered under the prime's UEI and CAGE. Additionally, the document clarifies registration requirements, stating that only users directly providing information to the proposal need to register. It also addresses login and registration issues, the process for establishing administrators, and the need for unique email addresses for users accessing multiple companies. Several questions refer to solicitation requirements, emphasizing that the RFP documents take precedence over Symphony's configuration, with an update scheduled for April 27, 2026, to align with RFP requirements. The system also has a 20 MB file size limit for uploads and allows for up to five past performance examples to be included in a proposal. Overall, the document serves as a guide for navigating Symphony's functionalities and understanding the roles and responsibilities of primes and subs in the proposal submission process.
SOFGSD Open Questions 20260424.xlsx
Excel160 KBMay 8, 2026
AI Summary
The document addresses numerous questions and clarifications regarding a federal government RFP, focusing on the SOFGSD (Special Operations Forces Global Support Division) solicitation. Key topics include requirements for accounting and estimating systems, safeguarding clearances (confirming Top Secret safeguarding is not required at the IDIQ proposal stage, but Secret safeguarding may be needed for task orders), acceptable work samples, and labor category (LCAT) qualifications. The responses clarify submission guidelines for various documents in Symphony, including CPARS, organizational change history, and subcontractor information. It also details scoring methodologies for categories like geographic sites, personnel retention, and LCAT validation. The document emphasizes that remote work locations do not qualify as physical sites for scoring and that financial capacity requirements (line of credit) are strictly for the small business prime or protégé, not the mentor. Overall, the file aims to provide comprehensive guidance and amendments to the RFP, ensuring offeror compliance and understanding of complex submission and evaluation criteria.
SF30 - H9240026RE001 Amd 0002.pdf
PDF1348 KBMay 8, 2026
AI Summary
This amendment (H9240026RE0010002) revises a solicitation for government contracts, extending the response due date from May 13, 2026, to May 28, 2026, and changing the response due time from 01:00 PM to 10:00 PM. It incorporates new versions of several key documents, including Section L (Instructions, Conditions, & Notices to Offerors or Quoters) and Section M (Evaluation Factors for Award). The amendment modifies contract clauses related to the withholding of fixed/incentive fees, government downtime, key personnel requirements, and accounting for Common Access Cards (CACs). It also adds a new FAR clause on addressing DEI discrimination and deletes a clause concerning service contract labor standards when the place of performance is unknown. The document specifies that contractor support personnel may review proposals, with SERCO and Apex Logic identified as applicable vendors. Offerors are informed that cost and pricing data may be required if adequate price competition is not available.
A1 SOFGSD Section L (r1 20260424).docx
Word81 KBMay 8, 2026
AI Summary
This government file outlines the detailed instructions and requirements for submitting proposals for the H9240026RE001 solicitation, focusing on federal government RFPs. It specifies proposal format, content, and electronic submission via the Symphony Procurement Suite by the deadline of May 28, 2026, at 10:00 PM Eastern Time. Key sections include Volume I (Administrative and Responsibility Material) covering executive summaries, organizational structure, facility clearance, accounting systems, financial capacity, joint venture agreements, contract forms, cross-teaming limitations, and cybersecurity compliance (SPRS and CMMC Level 2). Volume II (Technical Proposal) details the submission of up to five self-scored work samples with specific criteria and documentation requirements. Volume III (Cost/Price) requires a staffing proposal pricing template and introductory documents on estimating, purchasing, and accounting systems, with a total proposed price not exceeding $2,500 for the post-award conference. The document also addresses organizational conflict of interest, the government's potential use of AI in evaluations, and a strict question submission process.
A2 SOFGSD Section M (r1 20260424).docx
Word70 KBMay 8, 2026
AI Summary
The document H9240026RE001 outlines the evaluation process for the SOFGSD contracts, emphasizing a best value source selection based on the Highest Technically Rated Offer (HTRO) approach. The government intends to award multiple Indefinite Delivery Indefinite Quantity (IDIQ) contracts to the top 15 highest-scored offerors. The evaluation involves a multi-step process: an initial review of submissions for completeness, verification of offerors' self-scores against supporting documentation, and price evaluation for fairness and reasonableness. Proposals with inaccurate self-scores based on misleading documentation will be eliminated. The evaluation focuses on three volumes: Administrative and Responsibility Material (pass/fail), Technical Proposal and Substantiating Data (validated against a self-scoring matrix across seven categories), and Cost/Price (assessed for reasonableness, particularly for the post-award conference). Compliance with all solicitation requirements is crucial, and failure to meet them may lead to disqualification.
Atch 01 SOFGSD IDIQ SOW.docx
Word47 KBMay 8, 2026
AI Summary
The United States Special Operations Command (USSOCOM) requires expert knowledge-based services for its global Special Operations Forces (SOF) missions, outlined in the Special Operations Forces General Services Delivery (SOF GSD) IDIQ Level Statement of Work (SOW). This contract focuses on three imperatives: Stability, Agility, and Reach, which are crucial for mission continuity, workforce management, and global operational support. The scope of support covers Education and Training, Management Support, Program Management, Engineering, Technical, and Professional Services, and Administrative Services. Specific requirements for these areas, including language training, combat simulation, strategic planning, systems engineering, and intelligence support, will be detailed at the task order level. The contractor must manage personnel, ensure compliance, and maintain security clearances up to Top Secret, with the prime contractor requiring a Top Secret Facility Clearance at proposal submission. Travel and reporting requirements will be specified per task order, and all deployed contractor personnel must be accounted for in the Synchronized Pre-deployment and Operational Tracker (SPOT) program.
Atch 02 SOFGSD HTRO Self Score Matrix.xlsx
Excel37 KBMay 8, 2026
AI Summary
This document outlines the General Instructions and Scoring Category Instructions for Offerors responding to the Special Operations Forces Global Services Delivery (SOFGSD) solicitation H9240026RE001. It details seven scoring categories: total contract personnel, concurrent performance at various geographic sites, percentage of awarded positions hired or transitioned, work samples containing specific Labor Categories (LCATs), work samples covering Statement of Work (SOW) requirements, retention rates, and Contractor Performance Assessment Reporting System (CPARS) ratings. The instructions specify criteria for each category, including limitations on personnel counts, definitions of Tier 1 and Tier 2 work samples, geographic site counting rules, hiring/transition percentages, LCAT scoring, SOW element points, retention calculations, and CPARS evaluation. The document also provides a detailed breakdown of the scoring matrix columns for both General Scoring Categories and Past Performance Scoring Categories, clarifying how Offerors are to submit their counts and self-scores, and how the Government will evaluate them. The overall purpose is to guide Offerors in accurately completing the self-scoring matrix for proposal evaluation.
Atch 01 SOFGSD IDIQ SOW (r1 20260424).docx
Word64 KBMay 8, 2026
AI Summary
The United States Special Operations Command (USSOCOM) seeks to procure specialized subject matter expertise and knowledge-based services for its global Special Operations Forces (SOF) missions through the Special Operations Forces GeneralGlobal Services Delivery (SOF GSD) IDIQ contract. This Statement of Work outlines requirements across six key areas: Education and Training Services, Management Support Services, Program Management, Engineering and Technical Services, Professional Services, and Administrative & Other Services. Key imperatives for successful contractors include Stability, Agility, and Reach, ensuring mission continuity, adaptability, and global support capabilities. The contract emphasizes stringent security requirements, including Top Secret facility clearances and personnel access to classified information, and outlines administrative details for task order management, travel, and personnel accountability via the SPOT program. The objective is to provide comprehensive support to USSOCOM's enterprise requirements at various CONUS and OCONUS locations.
Atch 02 SOFGSD HTRO Self Score Matrix (r1 20260424).xlsx
Excel34 KBMay 8, 2026
AI Summary
The document, identified as Attachment 02 - HTRO Self Scoring Matrix for Solicitation Number H9240026RE001, outlines the scoring criteria and instructions for offerors responding to a government RFP for Special Operations Forces Global Services Delivery (SOFGSD). It details seven categories for evaluation, including total contract personnel on a single work sample (Category 1), concurrent performance at various geographic sites (Category 2), percentage of awarded positions hired or transitioned (Category 3), work samples containing specific Labor Categories (LCATs) (Category 4), work samples covering SOW requirements (Category 5), retention rates (Category 6), and Contractor Performance Assessment Reporting System (CPARS) ratings (Category 7). The document defines
Atch 03 SOFGSD LCAT Descriptions (r1 20260424).xlsx
Excel26 KBMay 8, 2026
AI Summary
This document outlines various labor categories and their corresponding qualifications and Statement of Work (SOW) requirements, likely for government contracting or staffing within U.S. Government agencies and the Department of Defense. Key positions include Intelligence Analyst, Linguist, Data Management/Manager, Operational Planner/Analyst, Mission Assurance, and Financial Analyst, each with specific educational, experience, and clearance mandates. Additional roles like Strategic Planner, Role Player, Instructor, Regional/Cultural Advisor, and SOF Specialty Trainer are also detailed. The document emphasizes requirements such as Bachelor's or Master's degrees, extensive experience (e.g., 5-10+ years in intelligence, SOF, or financial analysis), and security clearances up to TS/SCI, with some positions requiring a polygraph. Specific examples of tasks and duties are provided for each role, alongside relevant certifications (e.g., CPA, DAWIA) and acronyms commonly used in intelligence, military, and financial sectors. The purpose is to define the necessary criteria for personnel filling these specialized government roles.
Atch 06 SOFGSD DRAFT DD FORM 254 (r1 20260424).pdf
PDF251 KBMay 8, 2026
AI Summary
The document is not a government file but rather a message indicating that the PDF viewer may not be able to display the document's content. It advises the user to upgrade to the latest version of Adobe Reader or seek assistance from Adobe Reader support. This message is a technical advisory and does not contain any information relevant to federal government RFPs, federal grants, or state and local RFPs.
H9240026RE0010002 (conformed SF33).pdf
PDF2739 KBMay 8, 2026
AI Summary
This government solicitation, H9240026RE0010002, is an Indefinite Delivery-Indefinite Quantity (IDIQ) contract for SOF Global Services Delivery (SOFGSD), with a total maximum value of $2.65 billion over a seven-year ordering period. It is set aside for small businesses (100% set-aside, NAICS 541611, annual receipts $24.5 million). The contract seeks subject matter expertise and knowledge-based services for USSOCOM enterprise requirements, supporting U.S. and globally assigned Special Operations Forces missions in areas like Education and Training, Management Support, Program Management, Engineering, Technical and Professional Services, and Administrative & Other Services. Task orders will be negotiated on various pricing arrangements including Labor Hour, Time & Materials, Firm Fixed Price, Cost No Fee, and Cost-Plus Fixed Fee. Key requirements include compliance with Defense Priorities and Allocations System (DPAS), electronic invoicing via Wide Area WorkFlow (WAWF), disclosure restrictions on unclassified information, the use of Protective Domain Name System (PDNS) services, and adherence to specific clauses regarding key personnel, government downtime, and accounting for Common Access Cards (CACs). The period of performance for the base contract is from September 2, 2026, to September 1, 2031, with two one-year option periods extending to September 1, 2033.

Related Contract Opportunities

Project Timeline

postedOriginal Solicitation PostedMar 30, 2026
amendedAmendment #1· Description UpdatedMar 31, 2026
amendedAmendment #2· Description UpdatedApr 10, 2026
amendedAmendment #3· Description UpdatedMay 6, 2026
amendedLatest Amendment· Description UpdatedMay 8, 2026
deadlineResponse DeadlineMay 29, 2026
expiryArchive DateSep 10, 2026

Agency Information

Department
DEPT OF DEFENSE
Sub-Tier
US SPECIAL OPERATIONS COMMAND (USSOCOM)
Office
HQ USSOCOM

Point of Contact

Name
Sherri Ashby

Place of Performance

Tampa, Florida, UNITED STATES

Official Sources