Targeted Requirement EXecution (TREX) 3 Multiple Award Contract(s) (MAC) Follow-On Request for Proposals (RFP)
ID: H92401-25-R-0002_TREX_RFPType: Solicitation
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
    Description

    The Department of Defense, through the United States Special Operations Command (USSOCOM), is soliciting proposals for the Targeted Requirement Execution (TREX) 3 Multiple Award Contract (MAC), with a total ceiling value of $2.39 billion. This procurement aims to establish a formal Request for Proposal (RFP) for multiple award contracts, allowing for full and open competition, including a reserved prime contract for a highly rated small business offeror. The goods and services sought under this contract are critical for supporting USSOCOM's operational capabilities, emphasizing compliance with security protocols and contractor responsibilities. Interested vendors must ensure their SAM account is updated and submit their Cage Code to the designated contacts, Eric N. Carlin and Deanna R. Grimshaw, to gain access to restricted documents, with the final RFP submission deadline set for April 22, 2025.

    Point(s) of Contact
    Eric N. Carlin
    eric.carlin@socom.mil
    Deanna R. Grimshaw
    deanna.grimshaw@socom.mil
    Files
    Title
    Posted
    The document outlines specific requirements for a Contract Data Requirements List (CDRL) related to various deliverables required by the United States Special Operations Command (USSOCOM). It includes multiple data items specified under a particular contract (H92401-25-R-0002), detailing various reports such as Conference Agendas, Meeting Minutes, Status Reports, and Manuals. Each section describes the purpose, frequency of submission, and guidelines for the format and content of documents, emphasizing the requirement for electronic submission in MS Word or Adobe PDF format. Key elements include mandates for specific submission timelines, government acceptance processes, and the necessity for contractors to submit unclassified documents along with any classified appendices when needed. Additionally, the document highlights the importance of addressing government comments within stipulated timelines. The purpose of this CDRL is to ensure organized, consistent, and timely communication between contractors and government representatives, facilitating effective project management and adherence to security protocols in handling defense-related information, thus demonstrating compliance with federal contracting standards in the defense sector.
    The document outlines various attachments related to a federal Request for Proposals (RFP), with a focus on the Statement of Work (SOW) and related data for multiple delivery orders concerning project management and technical solutions. The attachments include key sections such as the Prime Contract SOW and the Contract Data Requirements List (CDRLs), detailing parameters for warranty tracking, source of repair, and prohibited bidders. Each section specifies whether access is explicitly required and provides essential dates for submission. The Price Matrix for Total Evaluated Price is highlighted, along with multiple delivery orders that include detailed instructions for pricing and administrative tasks. Additionally, a Small Business Subcontracting Plan is mentioned, indicating government interest in subcontracting opportunities. This structured compilation aims to facilitate transparency and compliance in the bidding process for prospective contractors, emphasizing the need for detailed responses and adherence to federal guidelines in fulfilling the contract requirements.
    The document outlines the terms for a federal Indefinite Delivery/Indefinite Quantity (IDIQ) contract related to supplies and services, with seven ordering periods spanning from October 2025 to October 2032. It permits Firm Fixed Price (FFP), Cost Plus Fixed Fee (CPFF), and Cost Reimbursable (CR) orders, with a minimum contract value of $2,500 and a maximum value of $2.39 billion. Key provisions include details on proposal submissions, evaluation factors for award, and performance obligations, emphasizing a fair opportunity for contractors across competitive bids. The document further incorporates clauses regarding inspection and acceptance processes, warranty tracking, security requirements, and contractor responsibilities for handling proprietary information. It strictly prohibits exclusive teaming arrangements and OEM participation to maintain competitive integrity. Overall, this contract aims at maximizing competition, ensuring contractor compliance with security protocols, and harmonizing procurement processes to fulfill the diverse needs of USSOCOM efficiently while adhering to established guidelines on proposal submissions and operational management.
    The document serves as a warranty tracking framework for government contracts, detailing vital information related to warranties for procured items. It outlines categories for tracking various components, including contract numbers, warranty terms, usage duration, and administrators responsible for warranty management. Key elements include the identification of warranty items through unique identifiers, such as the OEM part number and agency serial number. Additionally, it specifies the warranty guarantor's information and distinguishes items procured separately from the end product. This structure aids in maintaining comprehensive warranty records, crucial for ensuring compliance and accountability in federal projects, aligning with the standards found in federal RFPs and grants. Overall, the document emphasizes the importance of warranty management within government procurement processes.
    The document serves as an outline for warranty repair instructions associated with a specific contract or Purchase Item Identifier (PIID). It emphasizes the need for a source code and source identifier for repair services. The layout includes fields for crucial information such as address details (including city, state, postal code, and country) but lacks specific content or detail about the warranty repairs themselves. This file appears to be part of federal procurement processes, potentially related to RFPs (Request for Proposals) or grants, underscoring the importance of clearly defined repair procedures and contact information for service administration. Overall, the document suggests a structured approach towards managing warranty repairs, although it does not provide substantive content about the repair process itself or specific terms of the warranty agreement.
    The Tailored Comment Matrix serves as a tool for potential offerors to provide structured feedback on specific items within a government Request for Proposal (RFP). The document outlines the necessary format for submitting comments, including categorization options such as "Critical," "Substantive," and "Administrative," which help classify the nature of feedback. The Matrix comprises sections labeled A through M, addressing various parts of the solicitation, from contract forms to evaluation factors. Each section requires the identification of an item reference number, its corresponding title, and space for comments and justifications. Additionally, it flags whether any submitted information is proprietary. This document aims to facilitate clear communication between the government and offerors, ensuring comprehensive responses that adhere to the established guidelines. The structured approach enhances the clarity and organization of the responses, ultimately aiding in the evaluation and selection process. Overall, the Tailored Comment Matrix is a key component of the RFP process, ensuring that feedback is effectively gathered and classified for governmental review.
    The document contains inquiries related to the Special Contract Requirements within the Request for Proposal (RFP) for the TREX contract with USSOCOM, focusing on organizational conflict of interest (OCI) and the conditions for participation of contractors. Key aspects include clarifications on limitations for contractors already engaged in other USSOCOM support contracts, specifics on current contracts that may create OCI situations, and the implications of being an original equipment manufacturer (OEM). Additionally, the government confirms that it will not replace contractors who are "off ramped" due to unsatisfactory performance, thereby prioritizing contractor responsibility and compliance over substitution to maintain competition. Each response indicates that potential offerors must conduct their assessments to ensure adherence to the outlined OCI definitions and requirements. This document serves as a guidance tool for potential bidders to navigate compliance and understand the dynamics affecting contractor eligibility for the TREX contract.
    Similar Opportunities
    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.
    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.
    Training and Readiness Accelerator (TReX II) Other Transaction Agreement (OTA) Request for Solutions (RFS): TReXll-25-02 RED-087/088/089/090/091/092: High-Speed Systems Test (HSST) Prototype Projects
    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 High-Speed Systems Test (HSST) Prototype Projects. This initiative aims to solicit innovative solutions that enhance military readiness and operational capabilities through advanced research and development in high-speed systems. The selected projects will play a crucial role in supporting national defense objectives by advancing technologies that improve military effectiveness. Interested parties should note that the procurement falls under NAICS code 541715 and PSC code AC12, and they are encouraged to reach out to the designated office for further details regarding submission timelines and requirements.
    Training and Readiness Accelerator (TReX II) Other Transaction Agreement (OTA) Request for Solutions (RFS): TReXll-25-02 RED-095: Spectrum Efficient Technology (SET) Prototype Project
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking solutions through the Training and Readiness Accelerator (TReX II) Other Transaction Agreement (OTA) for the Spectrum Efficient Technology (SET) Prototype Project. This initiative aims to develop innovative technologies that enhance spectrum efficiency, which is critical for military operations and national defense. The project falls under the NAICS code 541715, focusing on research and development in the physical, engineering, and life sciences, and is categorized under national defense R&D services. Interested parties should prepare their proposals in response to the Request for Solutions (RFS) TReXll-25-02 RED-095, with further details available through the appropriate channels.
    Training and Readiness Accelerator (TReX II) Other Transaction Agreement (OTA) Request for Solutions (RFS): TReXll-25-02 RED-077/078/079: Command, Control, Communications, Computers, and Intelligence (C4I) and Software Intensive Systems Test (C4T)
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking solutions through the Training and Readiness Accelerator (TReX II) Other Transaction Agreement (OTA) Request for Solutions (RFS): TReXll-25-02 RED-077/078/079, focusing on Command, Control, Communications, Computers, and Intelligence (C4I) and Software Intensive Systems Test (C4T). The objective of this procurement is to enhance capabilities in research and development related to national defense, particularly in military applications and applied research. The services sought are critical for advancing the effectiveness and efficiency of defense operations, ensuring that military systems are adequately tested and ready for deployment. Interested parties should note that the NAICS code for this opportunity is 541715, and further inquiries can be directed to the office of W6QK ACC-ORLANDO for additional details.
    SOCCENT Unmanned Aerial System Procurement
    Buyer not available
    The U.S. Special Operations Command (USSOCOM) is seeking proposals for the procurement of unmanned aerial systems (UAS) as part of its SOCCENT initiative. This procurement aims to enhance operational capabilities through advanced unmanned aircraft technology, which plays a critical role in modern military operations and intelligence gathering. The place of performance for this contract will be in Iraq, and interested vendors can reach out to Kevin R. Margeson at kevin.r.margeson.mil@socom.mil or Gabrielle D. James at gabrielle.d.james.mil@socom.mil for further details. The opportunity is categorized under NAICS code 541715, focusing on research and development in the physical, engineering, and life sciences, specifically excluding nanotechnology and biotechnology.
    Training and Readiness Accelerator (TReX II) Other Transaction Agreement (OTA) Request for Solutions (RFS): TReXll-25-02 RED-082/083/084/085/086: Directed Energy Test (DET) Prototype Projects
    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 Directed Energy Test (DET) Prototype Projects. This initiative aims to solicit innovative solutions that enhance the capabilities and readiness of directed energy systems through research and development in the physical, engineering, and life sciences. The procurement is critical for advancing national defense technologies and ensuring military readiness in applied research areas. Interested parties should note that the notice is categorized under NAICS code 541715 and PSC code AC12, and they are encouraged to engage with the office of W6QK ACC-ORLANDO for further details and submission guidelines.
    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.
    TREXII-25-03-EDT-003 Common Engagement Engine
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking proposals for the TREXII-25-03-EDT-003 Common Engagement Engine, as outlined in a Special Notice. This procurement aims to advance research and development in the physical, engineering, and life sciences, focusing on national defense applications and military applied research. The project will take place in Orlando, Florida, and is critical for enhancing the capabilities of defense systems. Interested parties can reach out to Annette Watson-Johnson at annette.watson-johnson.civ@mail.mil or by phone at 407-384-5379, or Ralph R. Barnes at ralph.r.barnes.civ@army.mil or 520-714-5642 for further information.
    SEV STRATEGIC REPLENISHMENT CONTRACT
    Buyer not available
    The Department of Defense, specifically the Air Force Life Cycle Management Center, is seeking proposals for the Strategic Replenishment Contract (SRC) aimed at sourcing, acquiring, and delivering a wide range of ground and aircraft common support equipment (CSE). The procurement involves approximately 500 National Stock Numbers (NSNs) from around 60 Federal Supply Classes (FSCs), which are critical for maintaining operational readiness and efficiency in military aviation. This contract, set aside for small businesses, will span a total of ten years, including a basic one-year period and nine additional ordering periods, with a total estimated value of up to $1.63 billion. Interested parties should direct inquiries to Shanika Brown at shanika.brown.1@us.af.mil or Reid Sawyer at reid.sawyer@us.af.mil, and proposals must be submitted by the specified deadlines outlined in the RFP documentation.