ContractSolicitation

FINAL RFP - Special Operations Forces (SOF) Global Logistics Support Services II (GLSS2) Contract

DEPT OF DEFENSE H92254-25-RE-001
Response Deadline
Nov 21, 2025
Deadline passed
Days Remaining
0
Closed
Set-Aside
No Set aside used
Notice Type
Solicitation

Contract Opportunity Analysis

The United States Special Operations Command (USSOCOM) is soliciting proposals for the Special Operations Forces Global Logistics Support Services II (SOF GLSS2) contract, designated as H92254-25-RE-001. This procurement aims to provide comprehensive global lifecycle logistics support for Special Operations Forces, focusing on enhancing operational readiness and supply chain efficiency across various platforms, including aviation, ground, and maritime systems. The contract, which has an estimated maximum value of $10,530,000,010 and a potential ordering period of up to 12 years, requires compliance with Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) guidelines. Interested offerors must submit their proposals by 21 November 2025 and can direct inquiries to the contracting officer, Brian C. Hubbs, at Brian.C.Hubbs.civ@socom.mil, or the contracting specialist, Michael Geegan, at Michael.T.Geegan.civ@socom.mil.

Classification Codes

NAICS Code
561990
All Other Support Services
PSC Code
R706
SUPPORT- MANAGEMENT: LOGISTICS SUPPORT

Solicitation Documents

6 Files
H92254-25-RE-001 SOF GLSS2 RFP Cover Letter.pdf
PDF208 KBDec 8, 2025
AI Summary
The United States Special Operations Command (USSOCOM) has issued a Request for Proposal (RFP) for the Special Operations Forces Global Logistics Support Services (SOF GLSS) II contract. This solicitation, designated H92254-25-RE-001, aligns with the Commander's vision to strengthen critical manufacturing, logistics, and supply capabilities for SOF, leveraging recent Presidential Executive Orders. USSOCOM seeks innovative solutions to enhance global supply chain innovation and operational readiness, ensuring rapid and resilient support for critical missions. Offerors are encouraged to propose advancements in efficiency, sustainability, and technology for SOF missions at competitive prices. The RFP is issued in accordance with Federal Acquisition Regulation (FAR) Part 15 and Defense Federal Acquisition Regulation Supplement (DFARS) Part 215, requiring careful review and compliance from all offerors.
Solicitation - H9225425RE001.pdf
PDF2018 KBDec 8, 2025
AI Summary
This document is a solicitation for the SOF Global Logistics Support Services II (SOF GLSS2) contract, an Indefinite Delivery/Indefinite Quantity (IDIQ) contract with an estimated maximum value of $10,530,000,010.00 and a 12-year ordering period, including options. The contract aims to acquire non-personal, global logistics support services for USSOCOM within and outside the continental United States. Task orders can be issued on various pricing arrangements, including Firm Fixed Price, Fixed Price Incentive, Cost Plus Fixed Fee, Cost Plus Award Fee, Cost Plus Incentive Fee, COST, Labor Hour, and Time and Materials. The solicitation details the contract line items (CLINs) for a base period and multiple option periods, covering services, CDRLs, and travel and material costs. Inspection and acceptance for all line items will occur at the destination, PEO-SOFSA in Lexington, KY, with criteria specified in the Statement of Work or Performance Work Statement. The contract emphasizes compliance with higher-level quality standards like ISO 9001 and AS9100.
Section L_Attachment 00A.pdf
PDF371 KBOct 30, 2025
AI Summary
This government RFP (H92254-25-RE-001) outlines instructions for offerors submitting proposals for a federal contract, emphasizing electronic submission via www.SAM.gov and mandating a notification of intent to propose within 10 days of RFP issuance. Proposals must be unclassified, complete, concise, and organized into five volumes: Technical, Past Performance, Task Order Management, Task Order Cost, and Administrative Criteria. Key requirements include specific formatting, page limitations, and detailed content for each volume, with a focus on management approach, teaming arrangements, small business participation, phase-in transition, past performance relevancy, task order cost breakdowns, and administrative compliance. Physical submission of proposals on DVD-R discs is required, with strict deadlines for delivery appointments and a mandatory virus scan. The government reserves the right to use AI tools for proposal analysis but retains sole decision-making authority. Offerors must also submit a cover letter with specific contact information and acknowledge all PWS requirements without exception. Questions regarding the RFP must be submitted in writing by October 9, 2025.
Section M_Attachment 00B.pdf
PDF171 KBDec 8, 2025
AI Summary
This document, H92254-25-RE-001 Section M_ Attachment 00B, details the evaluation factors for award for the SOF GLSS2 contract. It outlines a competitive, best value tradeoff source selection process in accordance with FAR Part 15 and DFARS Part 215, aiming to award a single 12-year Indefinite-Delivery Indefinite-Quantity (IDIQ) contract. Proposals will be evaluated across four factors: Technical (Factor 1), Past Performance (Factor 2), Task Order Management (Factor 3), and Task Order Cost (Factor 4). Technical and Task Order Management factors will receive combined technical and risk ratings, with subfactors contributing to a single factor-level rating. Past Performance will be assessed with a confidence assessment rating. Task Order Cost will be evaluated for realism and a Most Probable Cost (MPC) will be computed, but it will not receive a color rating or score. Factors 1, 2, and 3 are significantly more important than Factor 4, with Factor 1 being individually most important. The document also defines terms like strengths, weaknesses, and deficiencies, and outlines procedures for discussions, competitive range, and debriefings. The government reserves the right to award without discussions.
GLSS2 Attachment List.xlsx
Excel22 KBOct 30, 2025
AI Summary
The document outlines various components of a comprehensive Request for Proposal (RFP) package, likely for a federal government contract, identified by the solicitation number H9225425RE001. The package includes a cover letter, the main solicitation document, and detailed sections covering legal, administrative, and technical requirements (Sections L and M). A significant portion of the RFP consists of numerous Performance Work Statement (PWS) appendices, which detail enterprise metrics, network services, software lists, network architecture, inventory, property, transition schedules, facilities maintenance, and accountability procedures. Additionally, there are multiple RFP attachments, including the Performance Work Statement (PWS), Contract Data Requirements Lists (CDRLs), an Enterprise Budget Template, and a Quality Assurance Surveillance Plan (QASP). The RFP also contains specific attachments for three separate Task Orders (TOs): TO 1 (MH60M), TO 2 (FOSOV), and TO 3 (MQ9), each with its own Instructions to Offerors (ITO), Statement of Objectives (SOO), cost worksheets, CDRLs, and QASPs, along with various appendices and reference documents pertinent to each task order. The package is rounded out with applicable documents like a workorder log, collective bargaining agreements (CBAs), and a wage determination portfolio, indicating a complex procurement effort with significant technical, logistical, and labor considerations. Many of the included documents are marked as "Yes" under the "CUI Marked" or "Restricted?" columns, indicating the presence of Controlled Unclassified Information or restricted access.
RFP Att 12_QnA Template.xlsx
Excel37 KBDec 8, 2025
AI Summary
The Tailored Comment Matrix is a document for potential offerors to submit feedback, comments, and questions regarding a DRAFT Request for Proposal (RFP). It must be returned in a Microsoft Excel file format. The document includes two main sheets: "DIRECTIONS," which explains its use, and "MATRIX," where offerors can provide their responses. The MATRIX sheet is structured with columns for item reference numbers, section numbers, section titles, comment types (Critical, Substantive, or Administrative), an indicator for proprietary information, and a space for comments or questions with justification. It also lists various sections of the DRAFT RFP and its attachments, including solicitations, performance work statements, contract data requirements lists (CDRLs), and several task order (TO) specific documents and templates.

Related Contract Opportunities

Project Timeline

postedOriginal Solicitation PostedSep 22, 2025
amendedAmendment #1· Description UpdatedOct 1, 2025
amendedAmendment #2· Description UpdatedOct 30, 2025
amendedLatest AmendmentDec 7, 2025
deadlineResponse DeadlineNov 21, 2025
expiryArchive DateAug 10, 2026

Agency Information

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

Point of Contact

Name
Brian C. Hubbs

Place of Performance

Lexington, Kentucky, UNITED STATES

Official Sources