ContractCombined Synopsis/SolicitationTotal Small Business Set-Aside (FAR 19.5)

Combat Development Systems Engineering and Technical Assistance (SETA) Support

DEPT OF DEFENSE H9225726RE010
Response Deadline
May 29, 2026
21 days left
Days Remaining
21
Until deadline
Set-Aside
Total Small Business Set-Aside (FAR 19.5)
Notice Type
Combined Synopsis/Solicitation

Contract Opportunity Analysis

Marine Forces Special Operations Command, under USSOCOM’s MARSOC G-8 Division, is seeking Combat Development Systems Engineering and Technical Assistance support to augment manpower and provide technical expertise to capability development teams. The work covers analyst support across C5ISR, targeting, ISS, SA & Effects, lethality, CDD general, and requirements functions, along with associated travel. It is a non-personal services, firm-fixed-price requirement evaluated on best value, with performance centered in Sneads Ferry, North Carolina and inspection and acceptance at Camp Lejeune, North Carolina. The contract is structured for a 12-month base period starting July 8, 2026, with five option periods that could extend performance through January 2032, and the pricing materials reference a total evaluated price of $675,000 and an overall award amount of $19,000,000. Questions were due May 29, 2026, and the solicitation number is H92257-26-R-E010.

Classification Codes

NAICS Code
541690
Other Scientific and Technical Consulting Services
PSC Code
R408
SUPPORT- PROFESSIONAL: PROGRAM MANAGEMENT/SUPPORT

Solicitation Documents

7 Files
H9225726RE010.pdf
PDF2356 KBMay 8, 2026
AI Summary
The document is a federal solicitation (H9225726RE010) for Women-Owned Small Businesses (WOSB) for Combat Development Systems Engineering and Technical Assistance (SETA) Support. It outlines a requirement for various analyst roles, including C5ISR, Targeting, ISS, SA & Effects, Lethality, CDD General, and Requirements Analysts, along with associated travel. The contract has an initial 12-month period of performance from July 8, 2026, to July 7, 2027, and includes five option periods, extending potentially through January 2032. The total award amount is USD 19,000,000.00. The solicitation details inspection and acceptance locations at Camp Lejeune, NC, and specifies Wide Area WorkFlow (WAWF) payment instructions. It also includes a clause regarding prohibitions on certain telecommunications and video surveillance services or equipment (FAR 52.204-24).
2_Pricing Template_8May26.xlsx
Excel25 KBMay 8, 2026
AI Summary
This government file outlines the pricing template for a Firm Fixed Price (FFP) contract related to CD&I SETA. It details labor categories such as C5ISR Analyst, Targeting Analyst, ISS Analyst, SA & Effects Analyst, Lethality Analyst, CDD General Analyst, and Requirements Analyst, each with a total annual hour requirement of 1,920 per FTE. The document specifies that the quantity of hours for each labor category will be multiplied by the fully burdened labor rate, with negotiated Other Direct Costs (ODCs) added to determine the task order FFP. A government-provided travel plug of $120,000, inclusive of G&A, is included for the base year and four option years, with a reduced amount for a 6-month extension. The total evaluated price for the contract, including a base year, four option years, and a 52.217-8 extension, is $675,000. The file emphasizes the offeror's responsibility to ensure the accuracy of the spreadsheet and formula calculations.
3_Draft DD254_8May26.pdf
PDF133 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 and provides links for download and assistance. The message also includes trademark information for Windows, Mac, and Linux. Therefore, there is no government-related content, RFP, or grant information to summarize.
4_QASP_8May26.xlsx
Excel20 KBMay 8, 2026
AI Summary
This government file outlines a Quality Assurance Surveillance Plan (QASP) focused on personnel management and performance standards within a federal contract. Key objectives include ensuring 100% qualified personnel are in place on day one, meeting all required skills and qualifications, and successfully resolving performance issues and customer complaints. The document details performance standards, acceptable quality levels, methods of evaluation, and remedies for non-compliance. For instance, a 1% reduction in the gross price of a vacant Labor Category (LCAT) is assessed if personnel shortfalls are not addressed within specified timeframes (e.g., 14 days for unannounced departures, 1 day for two-week notice, or 21/7 days depending on the specific vacancy criteria). The QASP also addresses immediate replacement for personnel not meeting qualifications and timely correction of performance issues and customer complaints. It specifies deliverables such as weekly transition updates and monthly reports, essential for monitoring compliance and assessing remedies.
5_QA_8May26.docx
Word31 KBMay 8, 2026
AI Summary
The document is a Q&A template for the MARSOC CD&I SETA RFP H92257-26-R-E010, dated May 8, 2026, with a submission deadline for questions on May 29, 2026. This template outlines the structure for submitting questions and comments related to various sections of the Request for Proposal (RFP) and associated documents. It includes fields for question number, RFP document reference, page/section/paragraph, and dedicated spaces for both the question/comment and its corresponding answer. Key sections covered in the template include general inquiries, the ITO (Instructions to Offerors) evaluation statement, RA SOW (Requirements Analysis Statement of Work), pricing template, and the draft DD254 form. The template also allows for additional rows to be added as needed, indicating its flexible use for comprehensive inquiry during the proposal process.
6_TA_8May26.docx
Word22 KBMay 8, 2026
AI Summary
A subcontractor is acknowledging and agreeing to pay minimum salary and benefits as proposed in Attachment 2, Pricing Template, to all employees working under solicitation H92257-26-R-E010 and the subsequent contract. The company certifies that proposed salaries meet solicitation requirements and comply with all Federal and local State Labor Statutes and Regulations. This document is likely a required submission for a government RFP, specifically for Systems Engineering and Technical Assistance (SETA) Support, ensuring that the awarded contract adheres to fair labor practices and regulatory compliance regarding employee compensation.
7_OCI Disclosure Form_8May26.docx
Word32 KBMay 8, 2026
AI Summary
The OCI Disclosure Form (Attachment 7, H9225726RE010) is a crucial document for contractors and subcontractors involved in USSOCOM projects. It requires firms to identify any existing contracts or subcontracts that could create an actual or potential Organizational Conflict of Interest (OCI). The form collects detailed information, including the contract's title, agency, number, and the firm's role (prime or subcontractor), along with the magnitude of work if a subcontractor. It also requires a detailed description of the contract's scope, categorizing it based on activities such as providing systems engineering, preparing specifications, evaluating offers, or accessing proprietary information. A key component is the assessment of whether the identified contract's scope conflicts with work to be performed for MARSOC or SOCOM. The instructions emphasize that one attachment must be submitted for each current USSOCOM contract or subcontract requiring analysis, ensuring a thorough comparison with the Statement of Work for the proposed project.

Related Contract Opportunities

Project Timeline

postedOriginal Solicitation PostedMay 8, 2026
deadlineResponse DeadlineMay 29, 2026
expiryArchive DateJun 13, 2026

Agency Information

Department
DEPT OF DEFENSE
Sub-Tier
US SPECIAL OPERATIONS COMMAND (USSOCOM)
Office
MARSOC H92257

Point of Contact

Name
Betty Gonzalez

Place of Performance

Sneads Ferry, North Carolina, UNITED STATES

Official Sources