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 U.S. 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 framework for acquiring various supplies and services over seven one-year ordering periods, emphasizing compliance with federal regulations and the importance of maintaining competitive bidding among contractors. Interested vendors must adhere to strict submission guidelines, including providing documentation for security clearances, and are encouraged to submit their proposals electronically by the specified deadlines. For further inquiries, potential offerors can contact Eric N. Carlin at eric.carlin@socom.mil or Deanna R. Grimshaw at deanna.grimshaw@socom.mil.

    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 government document addresses questions from bidders regarding the RFP for a federal contract, emphasizing the requirements and evaluation criteria for both large and small businesses. Key points include the government's commitment to a fair competitive process with no modification of existing proposal requirements for small businesses, despite concerns about the complexity of past performance requirements. The document clarifies that small business offerors must meet strict past performance standards without consolidation of multiple contract experiences, maintaining that relevance must be assessed per individual contract experience. Furthermore, it drives home the point that competitive versus non-competitive efforts differ significantly, impacting evaluation outcomes. Sensitivity around the DCMA audit requirements is also noted, affirming that small business offerors can demonstrate their compliance capabilities if they lack formal approvals due to prior governmental constraints. Overall, the communication outlines the rationale behind the RFP's criteria to ensure transparency and fairness in the bidding process, reinforcing the government’s commitment to include small business participation effectively.
    The document addresses inquiries related to a federal RFP, providing clarity on various sections and requirements of the solicitation. Key topics include the teaming process for small businesses, the scope of work, pricing methodologies, and administrative details for deliverables. Questions pertain to how small businesses can collaborate with prime contractors, the nature of the contract regarding procurement, and how to respond to the Statement of Work (SOW). There's guidance on acceptable formats for responses and clarification regarding past performance requirements for subcontractors. Additionally, it discusses the responsibilities of offerors in relation to Original Equipment Manufacturers (OEMs) and payment terms. Responses emphasize adherence to standard practices while ensuring compliance with RFP protocols. Overall, this document serves as a valuable resource for entities looking to navigate the proposal process effectively, underlining the government's commitment to transparency and support for prospective bidders while clarifying procedural expectations and requirements.
    The document pertains to a series of questions and clarifications regarding a government Request for Proposal (RFP). The primary focus is on various sections of the RFP, notably those concerning solicitation forms, supplies and services pricing, and execution specifics of contract terms. Key clarifications included the qualifications for the Prime Contract Program Manager, document submission requirements, and the specific pricing structure for cost reimbursement items. Responses emphasized that resumes and letters of commitment are to be clearly marked and included in proposals, while certain reports like the SF 294/295 have been replaced with eSRS reports. Moreover, the necessity for contractor performance verification and the handling of classified information has been highlighted, ensuring compliance with security regulations. Overall, the RFP seeks to ensure that all proposals align with the strict specifications for management personnel, pricing, and compliance with DoD policies. The answers provided aim to address concerns from potential offerors while maintaining the integrity and quality of the contract proposals.
    The document outlines responses to inquiries regarding the Statement of Work (SOW) for multiple Delivery Orders (DO) related to a government procurement process. A recurring question pertains to the definition of "Set, Kit or Assembly," with clarification provided that this terminology will be detailed within each specific delivery order. Additionally, queries about obtaining Bill of Materials (BoM) breakdowns are addressed, with the government indicating that such information is also associated with the delivery orders. Further inquiries involve responsibilities related to amendments and document requests, where it confirms that potential prime contractors must request relevant documents when amendments occur. The government also maintains that page limits for proposals, previously set at five pages for each delivery order, remain unchanged despite requests for flexibility due to the complexity of the submissions. Overall, the document emphasizes the structured nature of the procurement process, reiterating established norms from previous solicitations while addressing administrative queries relevant to potential bidders as part of the RFP process.
    The document addresses inquiries and responses related to the Special Contract Requirements for the TREX3 program as part of federal Requests for Proposals (RFPs). Key topics include economic price adjustment clauses and source selection considerations. The Government responded negatively to adding certain economic price adjustment clauses due to concerns about the relevance and practicality of these adjustments amid fluctuating tariffs and supply chain challenges. Specific clauses were deemed unnecessary or unmanageable within the context of the contract requirements pertaining to the nature of deliverables and pre-negotiation complexities. Further, queries about ensuring fairness in pricing across delivery orders were also declined, with the Government citing the equality of all delivery orders in technical evaluation and asserting that a perceived price dominance by one order does not necessitate a weighted average approach. Additionally, clarifications regarding Original Equipment Manufacturer (OEM) testing were provided, indicating the intent for OEMs to validate operational functionality, consistent with expectations across all Delivery Orders. This document serves to clarify contract stipulations and uphold competitive integrity in the procurement process while addressing concerns raised by potential vendors in relation to market dynamics impacting pricing and the fulfillment of contract requirements.
    The document outlines responses to inquiries regarding mandatory attachments for a government Request for Proposal (RFP). It specifically addresses three attachments: Warranty Tracking Information, Warranty Repair Source List, and Price Matrix. For the Warranty Tracking Info (Attachment 3), the government clarifies that warranty information must be submitted with the proposal, and alternative formats are not permitted. In contrast, the Warranty Repair Source List (Attachment 4) is not required at the proposal stage but must be provided within two business days after the award, adhering to the specified government format. The Price Matrix (Attachment 8) emphasizes that changes in the proposed Contract Line Item Numbers (CLINs) must follow the format provided by the government and should not be altered by the offerors. These requirements align with the conditions outlined in section L of the proposal instructions, ensuring a standardized submission process. Overall, the primary purpose of the document is to clarify compliance requirements for bidders in a federal RFP, emphasizing the importance of adhering strictly to specified formats and timelines to ensure eligibility for contract awards.
    This government document outlines an amendment to a solicitation regarding a contract modification, specifically for the USSOCOM (United States Special Operations Command) targeting the procurement of support through Indefinite Delivery/Indefinite Quantity (IDIQ) contracts. The amendment clarifies requirements in Section L concerning bidder qualifications for acceptable business systems as related to Contractor Purchasing System Review (CPSR) and specifications for accounting system reviews. Key elements include the necessity for contractors to demonstrate adherence to regulatory clauses regarding business system acceptability, emphasizing the anticipated management of subcontractors and procurement systems. Offerors must submit proposals electronically, with clear guidelines for content organization split into various volumes, each addressing technical factors, past performance, delivery order management, and pricing. The proposal submission process includes rigorous documentation to confirm the offeror's compliance with financial and safety standards, particularly concerning controlled unclassified information. The primary thrust of this document is to ensure contractors' qualifications align with federal contracting regulations and to detail submission protocols for potential bidders in a highly competitive procurement environment.
    The document outlines an amendment to a federal solicitation, specifically contract number H9240125R0002, which includes several administrative updates. Key changes involve modifications to the Statement of Work (SOW) regarding delivery order parameters, with the annual figures updated from "(75-90 annually)" to "(51-77 annually)". Additional updates include incorporating new SOWs and related documents into attachments J-10a, J-10b, J-12a, and J-12b, all reflecting updated dates of March 31, 2025. The amendment emphasizes that the existing terms and conditions remain unchanged unless specified. Contractors are required to acknowledge receipt of this amendment prior to submission deadlines to avoid bid rejection. Overall, this amendment serves to clarify the details and timelines related to the federal solicitation, ensuring compliance and alignment among participating contractors. The amendments are part of ongoing procurement processes within federal grants and contracts for government services, indicating a structured approach to manage contract modifications efficiently.
    This document is an amendment notification regarding the solicitation and contract modifications for a federal project (ID: H9240125R0002). The primary purpose of this amendment is to incorporate several administrative changes into the Request for Proposal (RFP) and associated attachments. Key updates include adjusting the Statement of Work (SOW) annual citation from (75-90) to (51-77), modifying specific RFP attachments to include new paragraphs, and reflecting updated project completion dates, specifically extending to March 31, 2025. The document outlines the procedures for acknowledgment by contractors, stipulating that the acceptance of this amendment must be confirmed prior to the submission deadline to avoid rejection of offers. A detailed summary of changes, including updates to the attachment listing and modifications to multiple sections of the RFP, lead the document's content. This amendment is crucial for maintaining clarity and compliance within government contracting processes, ensuring the involved parties are aware of new specifications and deadlines pertinent to the project’s management and execution.
    This document is an amendment to a solicitation from the federal government, updating various sections and attachment details relevant to a Request for Proposal (RFP) for contract bids. The key changes include altering deadlines for proposal submissions, updating past performance page references, and adjustments in the price matrix attachments, among other administrative modifications. The document outlines the evaluation process based on several proposal volumes, including Technical, Past Performance, Delivery Order Management, and Price submissions, detailing specific expectations for each. Offerors are instructed to provide comprehensive information regarding their organizational structure, management capabilities, compliance with government regulations, and experience in relevant past contracts. A critical element is the emphasis on ensuring that no prime contractors can also be original equipment manufacturers (OEM) involved in the provision of products under the contract. Offerors must follow stringent guidelines regarding electronic proposal submission, limit page counts for various volumes, and comply with security and financial documentation requirements. The amendment serves to enhance clarity and ensure fair competition among bidders while adhering to Federal Acquisition Regulation (FAR) standards.
    This document is an amendment to a solicitation, specifically related to various updates in the Request for Proposals (RFP) for federal contracts. The key purpose of the amendment is to introduce administrative changes, including updates to attachments that reflect the current state of the procurement process. Significant modifications include revisions to the Delivery Order 1 Statement of Work (SOW) and the accompanying Information Technology Overview (ITO), specifically referencing the updated dates for these documents. Furthermore, the attachment listings in Section J have been revised to include the new amendment date of April 21, 2025, while maintaining all previously established terms and conditions. Essential documents being amended encompass the Prime Contract SOW, warranty tracking requirements, and price matrices, among others. The amendment outlines procedural requirements for contractors to acknowledge receipt of this modification to ensure their offers remain valid. The systematic structure denotes specific administrative categories, reflecting compliance with Federal Acquisition Regulations (FAR) for operations conducted by the U.S. Special Operations Command, ensuring transparency and clarity in the procurement process.
    The document outlines an Indefinite Delivery/Indefinite Quantity (IDIQ) contract solicitation for supplies and services related to the Department of Defense's operational needs, specifically managed by USSOCOM. It establishes the framework for submitting offers, the types of contracts (Firm Fixed Price, Cost Reimbursable), and the timeline for orders across seven one-year periods, starting from October 2025 to October 2032. The contract stipulates a minimum commitment of $2,500 and an overall ceiling of $2.39 billion. The document details the evaluation process for offers, including criteria relating to technical capabilities, past performance, and pricing, encouraging open competition. Specifics on contractor requirements, including security measures, handling proprietary information, and compliance with government regulations, form a crucial aspect of the document. Additionally, it outlines the procedures for task orders, including the government’s right to monitor contractor performance, and the ability to exercise options. The emphasis on ensuring fair opportunity for all contractors and adhering to quality requirements underscores the importance of accountability and transparency within the procurement process. Overall, this document serves as a comprehensive guide for potential contractors participating in government solicitations.
    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.
    This government file outlines a solicitation for an Indefinite Delivery/Indefinite Quantity (IDIQ) contract, designated for supplies and services, under Solicitation No. H9240125R0002. It includes detailed information on contract structure, bidding instructions, evaluation criteria, and specific requirements for contractors. The contract encompasses seven one-year ordering periods, with a minimum value of $2,500 and a total projected maximum of $2.39 billion. The solicitation specifies various contract line item numbers (CLINs) for firm-fixed-price (FFP) and cost-reimbursable (CR) orders. It details the compliance requirements for contractors regarding security clearances for classified programs and describes the procedures for submitting proposals in response to delivery/task orders (DO/TOs). Furthermore, it emphasizes the importance of proprietary information protection and outlines guidelines for conflicts of interest and exclusive teaming prohibitions to enhance competition. The document also establishes the order proposal process, including deadlines, proposal content requirements, and submission formats. Overall, this solicitation reflects the government's objective of obtaining high-quality services while ensuring fair competition and compliance with regulations, enhancing the efficiency of the procurement process.
    The document outlines a Request for Proposal (RFP) for an Indefinite Delivery/Indefinite Quantity (IDIQ) contract issued by the U.S. government, specifically targeting supplies and services required by the United States Special Operations Command (USSOCOM). The contract features seven one-year ordering periods, allowing for both Firm Fixed Price (FFP) and Cost Reimbursable orders based on specific requirements outlined in delivery or task orders (DO/TO). The document includes a comprehensive table of contents detailing solicitation procedures, evaluation factors, and contract clauses applicable to the proposal. Key elements touch on contract minimum and maximum values, inspection and acceptance processes, and conditions for providing classified program support, emphasizing the necessity for security clearances for personnel. Significant aspects involve mandatory compliance with specific clauses regarding organizational conflicts, proprietary information protection, and adherence to pricing and proposal submission standards. The RFP fosters competition by prohibiting exclusive teaming agreements and limiting OEM involvement to ensure fairness among bidders. In summary, this RFP is part of the government’s effort to establish a structured approach to procure essential services, ensuring compliance with federal regulations while promoting transparency and competition in the bidding process.
    The document presents a solicitation for an Indefinite Delivery/Indefinite Quantity (IDIQ) contract, specifically focused on acquiring supplies and services over seven one-year ordering periods, with various collaboration rules and requirements. The primary objective is to establish a mechanism for the government to order goods and services as needed, with a focus on a mix of Firm Fixed Price (FFP), Cost Plus Fixed Fee (CPFF), and Cost Reimbursable (CR) contracts. The contract specifies that offers must be submitted in a sealed format, providing careful instructions regarding the submission process, including requirements for technical and cost proposals. Additional sections address inspection, acceptance, delivery information, and clauses governing contractor identification and security, particularly around classified programs. The document emphasizes the need for competitive opportunities while also outlining restrictions to maintain fairness and compliance, such as exclusive teaming prohibitions and organizational conflict of interest measures. Overall, the contract framework is designed to ensure effective acquisition practices in support of government objectives, while promoting safety, compliance, and the maintenance of competitive bidding among contractors.
    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
    Bridge to Evolution STE TESS (BEST) Multi Award Contract (MAC)
    Dept Of Defense
    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.
    Foreign Weapons, Body Armor and Ammo
    Dept Of Defense
    The United States Special Operations Command (USSOCOM) is seeking qualified small businesses to provide various commercial weapons, including U.S. and foreign weapons, body armor, accessories, and ammunition for multiple Contingency Operations (CONOPS). The procurement requires potential offerors to possess a current Directorate Defense Trade Control Brokering License and a Federal Firearms License Type 11, along with demonstrated performance in supporting the specified requirements over the past three years. This initiative is crucial for enhancing operational capabilities and ensuring the safety and effectiveness of special operations forces. Interested parties should direct inquiries and submissions to Marvin Marcia at marvin.marcia@socom.mil or John G. Manzano at john.g.manzano.ctr@socom.mil, as this notice serves as a Sources Sought for market research and acquisition planning, with no proposals being requested at this time.
    Commercial Solutions Opening (CSO) PEO-SDA
    Dept Of Defense
    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.
    Suite of Integrated Radio Frequency Countermeasures (SIRFC) system
    Dept Of Defense
    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.
    TAPO Technical Support Services
    Dept Of Defense
    The Department of Defense, specifically the U.S. Special Operations Command (USSOCOM), is seeking technical support services under the title "TAPO Technical Support Services." The procurement aims to acquire professional support focused on policy review and development, which is critical for enhancing operational effectiveness within the command. This opportunity underscores the importance of specialized support services in maintaining and improving defense strategies and operations. Interested vendors can reach out to Aurelio Medina at aurelio.k.medina.civ@socom.mil for further details regarding the procurement process.
    Plugix Plugins for Tactical Assault Kit
    Dept Of Defense
    The U.S. Special Operations Command (USSOCOM) is seeking to procure Plugix Plugins for the Tactical Assault Kit, a critical software service aimed at enhancing operational capabilities. This procurement falls under the category of IT and telecom business application development, specifically focusing on software as a service (SaaS) solutions. The importance of these plugins lies in their ability to support tactical operations, ensuring that special operations forces have access to advanced technological tools. Interested vendors can reach out to Amanda K. Brown at amanda.k.brown.civ@socom.mil for further details regarding this opportunity, which is based in Tampa, Florida.
    ISOF Range 2026
    Dept Of Defense
    The U.S. Special Operations Command (USSOCOM) is hosting the International Special Operations Forces (ISOF) Range 2026, scheduled for April 14-15, 2026, at the Nevada Test and Training Range, NV, with a preliminary "Last Line of Defense" (LLOD) rodeo for counter-unmanned aircraft systems (cUAS) on April 12, 2026. This Request for Information (RFI) invites technology demonstration candidates from various sectors, including private industry, government R&D organizations, and academia, to showcase innovative lethality technologies that address gaps in operational capabilities. The event will feature attendees from U.S. and international Special Operations Forces, government engineers, and contracting officers who will conduct hands-on market research to evaluate technologies in categories such as Weapons, Visual Augmentation Systems, and Precision Strike Systems, with a preference for technologies at Technology Readiness Level (TRL) 7 or higher. Interested respondents must submit their technology applications via the Phoenix Defence website by October 30, 2025, for the first tranche or January 30, 2026, for the second tranche, and should mark proprietary information accordingly; all costs incurred will be the responsibility of the respondents. For further inquiries, contact Marvin Marcia at marvin.marcia@socom.mil.
    BAA for Advancement of Technologies for Use by Special Operations Forces
    Dept Of Defense
    The United States Special Operations Command (USSOCOM) is issuing a Broad Agency Announcement (BAA) for the advancement of technologies aimed at enhancing the capabilities of Special Operations Forces (SOF). This initiative seeks innovative proposals from industry, academia, and research institutions to develop disruptive technologies and enhancements across various domains, including Intelligence, Surveillance, and Reconnaissance (ISR), network management, and mobility, with a focus on improving situational awareness and decision-making in complex operational environments. The BAA will remain open for submissions until December 31, 2025, allowing continuous engagement and innovation, with interested parties encouraged to submit white papers that align with USSOCOM's strategic objectives. For further inquiries, contact Mr. Jerryl McCoy at jerryl.d.mccoy.civ@socom.mil or Juanita Bell at juanita.bell.ctr@socom.mil.
    USSOCOM RFI TE 26-1 TE: Multi-Domain Joint SOF Operations (MDO)
    Dept Of Defense
    The U.S. Special Operations Command (USSOCOM) is issuing a Request for Information (RFI) for the Technical Experimentation Event 26-1, focused on Multi-Domain Joint SOF Operations (MDO) scheduled for January 26-30, 2026, at Hurlburt Field, Florida. This event seeks technology experimentation candidates with emerging technologies at a Technology Readiness Level (TRL) of 3-6 or higher, covering key areas such as Unmanned Systems, Human-Machine Interface, AI/Sensor Integration, and various logistical and communication systems. Interested participants must submit their proposals by October 17, 2025, via the Vulcan system, and are required to adhere to safety protocols and provide detailed technical information as outlined in the supplemental documentation. For further inquiries, contact Technical Support at techexp@socom.mil or call 813-826-4646.
    USASOC Special Operations Mission Training Center
    Dept Of Defense
    The Department of Defense, through the U.S. Army Special Operations Command (USASOC), is seeking qualified contractors to provide support services for the Special Operations Mission Training Center (SOMTC) located at Fort Bragg, North Carolina. The procurement aims to secure non-personal services that include personnel, supervision, and resources necessary for training the USASOC operating and generating force, as well as Joint Special Operations Forces, with a focus on Mission Readiness Exercises (MRX) and comprehensive IT support. This opportunity is critical for enhancing the interoperability of Army Mission Command Systems and ensuring effective training for Special Operations Forces, with a contract period consisting of a 12-month base period and four 12-month option periods. Interested contractors must submit a Statement of Capability by December 19, 2025, to Justin Burke at justin.burke@socom.mil or Debbie Harris at debbie.harris.civ@socom.mil, and must be registered in SAM.gov to participate.