INITIAL PRE-SOLICITATION NOTICE Targeted Requirement EXecution (T-REX) Multiple Award Contract(s) (MAC) 3 Follow-On
ID: H92401-25-R-0002_T-REX3_Pre-Solicitation_Industry_DayType: Presolicitation
Overview

Buyer

DEPT OF DEFENSEUS SPECIAL OPERATIONS COMMAND (USSOCOM)HQ USSOCOMTAMPA, FL, 33621-5323, USA

NAICS

All Other Miscellaneous Manufacturing (339999)

PSC

MISCELLANEOUS ELECTRICAL AND ELECTRONIC COMPONENTS (5999)
Timeline
  1. 1
    Posted Jan 21, 2025, 12:00 AM UTC
  2. 2
    Updated Feb 12, 2025, 12:00 AM UTC
  3. 3
    Due Feb 3, 2025, 5:00 PM UTC
Description

The United States Special Operations Command (USSOCOM) is preparing to solicit bids for the Targeted Requirement Execution (T-REX) Multiple Award Contract (MAC) 3, a follow-on to the existing IDIQ MAC focused on providing equipment solutions and services related to Intelligence, Surveillance, and Reconnaissance (ISR) systems. This procurement aims to enhance Tactical Information Systems (TIS) for Special Operations Forces (SOF) by acquiring advanced sensors, communication systems, and situational awareness tools, with a total ceiling value projected at approximately $2 billion over a seven-year period. The initiative emphasizes fostering strategic industry partnerships and agile acquisition processes, with a preference for cost-type arrangements and a commitment to transparency and stakeholder engagement throughout the procurement process. Interested contractors must demonstrate secret-level clearances and are encouraged to participate in the Industry Day scheduled for February 4, 2025, with the final RFP release anticipated on January 24, 2025. For further inquiries, contact Eric N. Carlin at eric.carlin@socom.mil.

Point(s) of Contact
Eric N. Carlin
eric.carlin@socom.mil
Files
Title
Posted
The document provides a comprehensive list of companies that requested invitations to the TREX3 Industry Day, reflecting the federal government's outreach for industry collaboration. A total of 127 companies are identified, ranging from established defense contractors like Boeing and Lockheed Martin to newer tech firms such as Make Ready Tech and Mettle Ops. This diverse pool represents various sectors, including technology, defense, consulting, and logistics, indicating a multifaceted approach to procurement and partnership development. The purpose of the Industry Day appears to be to facilitate networking, allow agencies to engage with potential vendors, and explore innovative solutions within the defense and technology sectors. The structured format of the document, categorizing companies numerically, underscores the organized approach to inviting participation from a wide array of industry players, reinforcing the government's commitment to inclusivity and collaboration in its procurement processes.
Feb 12, 2025, 1:06 PM UTC
The United States Special Operations Command (USSOCOM) has announced its intent to solicit bids for the T-REX Multiple Award Contract (MAC) 3, a follow-on to the existing IDIQ MAC that provides equipment solutions and services related to Intelligence, Surveillance, and Reconnaissance (ISR) and related systems. This new procurement, scheduled for release on 24 January 2025, aims to award up to six contracts, including one reserved for a small business, with a maximum ceiling value projected at approximately $2 billion over seven years. Key acquisition strategies highlight a preference for cost-type arrangements, largely Fixed Firm Price (FFP), and a transition from a brand name to an “or equal” basis for equipment procurement. The Government intends to conduct an Industry Day on 4 February 2025, offering participants a chance to engage directly with the Acquisition Team and provide feedback on the draft RFP. Following this, one-on-one sessions will be available for further discussions, specifically targeting prime contractors and their potential partners. Contractors must demonstrate the necessary secret-level clearances to participate, and a strategic emphasis is placed on fostering industry collaboration to enhance future contracting outcomes, ensuring a thorough response to evolving technological demands and operational needs. The document emphasizes the Government's commitment to transparency and stakeholder engagement throughout the procurement process.
Feb 12, 2025, 1:06 PM UTC
The document outlines the Targeted Requirement Execution (TREX) 3 initiative by the Special Operations Forces Acquisition, Technology, and Logistics (SOF AT&L), focused on enhancing Tactical Information Systems (TIS) for operational effectiveness. The primary mission involves the rapid acquisition of advanced sensors, communication systems, and situational awareness tools for SOF warfighters. Key goals include fostering strategic industry partnerships, providing clear technology demands, and executing agile acquisition processes. The TREX scope includes critical categories such as system integration, hardware modifications, and specialized communication solutions. The procurement strategy incorporates multiple contract awards under a Full and Open Competition structure, estimating a total ceiling value of approximately $2 billion over a seven-year period. The selection process considers key factors: technical capability, past performance, delivery order management, and pricing. Upcoming milestones detail scheduled industry engagement, a final RFP release date, and proposal submission deadlines. Prospective contractors must comply with stringent requirements regarding facility clearances and pricing methodologies, ensuring a competitive and transparent procurement trajectory. Overall, the document underscores the urgency and strategic approach toward achieving operational readiness within the SOF framework.
Lifecycle
Similar Opportunities
Suite of Integrated Radio Frequency Countermeasures (SIRFC) system
Buyer not available
The United States Special Operations Command (USSOCOM) is seeking to award a non-competitive sole source follow-on contract for the continued life-cycle support of the AN/ALQ-211 Suite of Integrated Radio Frequency Countermeasures (SIRFC) system. This procurement will encompass Program Management, Engineering Support, Contractor Logistics Support, Material Procurement, Field Service Representatives, and Administration Support, primarily aimed at sustaining the AN/ALQ-211 system. The intended award will be a hybrid Firm Fixed Price, Cost-Reimbursable, and Cost-Plus Fixed Fee, Indefinite Delivery Indefinite Quantity (IDIQ) Contract, with a five-year ordering period and a six-month extension option. Interested parties must submit their statements of interest and supporting documentation to Mrs. Stephanie Dillon at stephanie.f.dillon.civ@socom.mil by 10:00 am Eastern Time on December 27, 2024, to be considered for this opportunity.
Commercial Solutions Opening (CSO) PEO-SDA
Buyer not available
The U.S. Special Operations Command (USSOCOM) is seeking innovative solutions through its Commercial Solutions Opening (CSO) for the Program Executive Office SOF Digital Applications (PEO SDA). The objective is to accelerate the integration of commercially derived software innovations into deployable capabilities that enhance the effectiveness of Special Operations Forces (SOF). This initiative is crucial for developing software-intensive programs and technologies that can improve operational efficiency and lethality. Interested vendors are encouraged to submit Solution Briefs for evaluation, with the potential for awards to be made throughout 2024 and 2025. For inquiries, contact Christie Orlando at christie.r.orlando.civ@socom.mil or Kyle Zinnel at kyle.a.zinnel.civ@socom.mil.
Warrior Care Global Support Draft RFP
Buyer not available
The U.S. Special Operations Command (USSOCOM) is seeking proposals for the Warrior Care Global Support (WCGS) program, aimed at providing non-clinical case management and advocacy services for wounded, ill, or injured Special Operations Forces personnel. The procurement focuses on delivering comprehensive support in areas such as Recovery Care Coordination, Military Adaptive Sports, Career Transition, and Benevolence for service members and their families. This initiative is critical for enhancing the recovery and reintegration of affected service members, ensuring they receive the necessary resources and support throughout their transition. Interested contractors must submit their proposals electronically, adhering to specified formats and deadlines, with evaluations based on technical proposals, past performance, and pricing. For further inquiries, potential bidders can contact Allyson Schopper at allyson.n.schopper.civ@socom.mil or Sherri Ashby at sherri.ashby@socom.mil.
SOCOM Unique Munitions Requirements (SUMR) Amendment to H9243023R0002 for opportunity on-board additional vendors (THIS IS NOT A NEW REQUIREMENT)
Buyer not available
The U.S. Special Operations Command (USSOCOM) is seeking additional vendors for the SOCOM Unique Munitions Requirements (SUMR) contract, which is an amendment to the existing solicitation H9243023R0002. This procurement aims to onboard vendors capable of supplying advanced munitions tailored to specific operational needs, with each delivery order detailing unique technical data requirements for performance and specification conformance. The SUMR contract, structured as a multi-award Indefinite Delivery Indefinite Quantity (IDIQ) contract, spans ten years and has a total ceiling of $750 million, emphasizing compliance with stringent quality assurance and safety standards. Interested vendors can contact Carlos Cotto at carlos.cotto@socom.mil or Michael (Chris) Watson at michael.c.watson.civ@socom.mil for further information.
TREXII-25-04-IO-002 Next Generation Constructive (NGC) Acceleration to include Synthetic Training Environment Software (STE-SW)
Buyer not available
The Department of Defense, specifically the Department of the Army, is seeking solutions for the Next Generation Constructive (NGC) Acceleration, which includes the development of Synthetic Training Environment Software (STE-SW). The primary objective is to enhance military training capabilities by integrating Live, Virtual, and Constructive training environments into a cohesive system that addresses current inefficiencies and improves readiness across multiple operational domains. This initiative is part of the Training and Readiness Accelerator II (TReX II) program, which aims to spur innovative development and expedite the delivery of prototypes that support military personnel effectiveness. Interested parties must be members of the TReX II consortium to respond to the Request for Solutions (RFS), with the submission deadline set for April 28, 2025. For further inquiries, contact Ralph R. Barnes at ralph.r.barnes.civ@army.mil or Annette Watson-Johnson at annette.watson-johnson.civ@army.mil.
Warrior Care Global Support RFP
Buyer not available
The U.S. Special Operations Command (USSOCOM) is seeking proposals for the Warrior Care Global Support (WCGS) services, aimed at providing non-clinical case management and advocacy for wounded, ill, or injured Special Operations Forces service members and their families. The procurement focuses on enhancing Recovery Care Coordination, Military Adaptive Sports, Benevolence, and Career Transition support, ensuring comprehensive care and effective program management for service members transitioning to civilian life. This initiative is critical for maintaining the well-being and operational readiness of military personnel, reflecting the government's commitment to their recovery and reintegration. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSB) must submit proposals by April 18, 2025, and can direct inquiries to Allyson Schopper at allyson.n.schopper.civ@socom.mil or Sherri Ashby at sherri.ashby@socom.mil.
Red Giant
Buyer not available
The Department of Defense, specifically the Army Contracting Command - Orlando (ACC-ORL), has issued a Special Notice regarding the "Red Giant" initiative, inviting input from members of the Training and Readiness Accelerator II (TReX II) consortium and other interested parties. The primary objective of this Request for Information (RFI) is to gather industry insights on the cost and schedule estimates for developing and integrating a technological solution that can replicate a specific threat capability, with a focus on a total budget of $20 million. This initiative is part of the broader effort to enhance Warfighter readiness through innovative development and expedited delivery of prototypes relevant to military training and operational effectiveness. Interested parties must be members of the TReX II consortium to respond to the RFI, and they can find more information at https://www.trexii.org/. For inquiries, contact Brian M. Williams at brian.m.williams14.civ@army.mil or Monica J. Escalante at monica.j.escalante.civ@mail.mil.
Training and Readiness Accelerator (TReX II) Other Transaction Agreement (OTA) Request for Solutions (RFS): TReXII-25-05 MOD-008: Role 4 (Definitive Care) Modeling and Simulation Tool Prototype Project
Buyer not available
The Department of Defense, specifically the Department of the Army, is issuing a Request for Solutions (RFS) for the Training and Readiness Accelerator (TReX II) Other Transaction Agreement (OTA) focused on the Role 4 (Definitive Care) Modeling and Simulation Tool Prototype Project. This initiative aims to foster innovative development and expedited delivery of prototypes that enhance Warfighter readiness through modeling, simulation, and training, directly supporting the Defense Health Agency's Medical Simulation and Training Program. Interested parties must be members of the TReX II consortium to respond to the solicitation, and further details can be found at https://www.trexii.org/. For inquiries, contact Jessica Wasser at jessica.l.wasser.civ@army.mil or Monica J Escalante at monica.j.escalante.civ@army.mil.
MNOC Classroom Upgrade
Buyer not available
The Department of Defense, specifically the U.S. Special Operations Command (USSOCOM), is seeking qualified contractors for the MNOC Classroom Upgrade project at Camp Lejeune, North Carolina. The procurement involves renewing, replacing, and upgrading the voice, audio, video, and data systems infrastructure supporting the MARFORSOC Network Operator Course Classroom. This project is critical for enhancing the educational infrastructure and technological capabilities of military training facilities. Interested vendors must submit their quotes by 12:00 PM EST on May 12, 2025, following a mandatory site visit on April 22, 2025, and are encouraged to direct inquiries to Betty Gonzalez at beatriz.gonzalez.civ@socom.mil or Samuel Williams at samuel.williams1@socom.mil. The estimated contract value is approximately $34 million, with a delivery timeframe of 270 calendar days from the award date.
Bridge to Evolution STE TESS (BEST) Multi Award Contract (MAC)
Buyer not available
The Department of Defense is seeking innovative approaches for its Bridge to Evolution STE TESS (BEST) Multi-Award Contract (MAC). The objective is to enhance and extend the functionality of the Army's tactical engagement simulation systems (TESS), aligning them with evolving training requirements. This procurement is divided into two lots. Lot 1 involves modifying existing TESS equipment to meet updated Army specifications, focusing on adaptability and future expansion. Lot 2 centers on developing and producing new TESS solutions, including dismounted, vehicle-mounted, and shoulder-launched munition systems. The government seeks to integrate emerging STE LTS TESS technology with the existing MILES TESS ecosystem, encouraging vendors to propose adaptable procedures and processes. The scope of work encompasses software and hardware modifications, production and delivery of TESS kits, and integration with the STE LTS TESS platform. The government aims to foster competition by avoiding solution-specific proposals and encouraging creativity in meeting the outlined objectives. Potential offerors are invited to provide feedback on the Draft Request for Proposal (DRFP), which outlines the requirements, Statement of Work (SOW), and evaluation criteria. The government seeks to revise and finalize the RFP based on industry responses, emphasizing efficiency and the removal of unnecessary requirements. Offerors should possess the capabilities and expertise to modify and produce TESS solutions, with a focus on past performance and technical merit. The contract is anticipated to be an Indefinite Delivery/Indefinite Quantity (ID/IQ) vehicle, attracting multiple awardees. The primary contact for this opportunity is Gloria Susie Hoybach, with additional inquiries directed to Roberto J. Gotay and Rafael A. Manzano. The deadline for feedback submission is 12:00 PM EST on 3rd June 2024, with the government aiming to release the final RFP shortly afterward. For this BEST MAC initiative, the Army seeks adaptable and cost-effective TESS solutions, leveraging industry feedback to shape the acquisition process.