SOF Global Services Delivery Request for Information
ID: H9240025RXXXXType: Special Notice
Overview

Buyer

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

NAICS

Administrative Management and General Management Consulting Services (541611)

PSC

SUPPORT- PROFESSIONAL: OTHER (R499)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The U.S. Special Operations Command (USSOCOM) is seeking responses to a Request for Information (RFI) for the Special Operations Forces Global Services Delivery (SOFGSD) initiative, which is a total small business set-aside contract aimed at acquiring Knowledge-Based Services over a projected 10-year period. Interested vendors must meet specific qualifications, including possessing a Top-Secret Facility Clearance, Cybersecurity Maturity Model Certification Level 1, and demonstrating financial capability and an approved accounting system. The SOFGSD contract is critical for enhancing the operational effectiveness of USSOCOM through services such as education and training, technical support, and program management, with the current contract expiring in March 2028. Vendors are encouraged to submit their capability documents and responses by the designated deadlines, with the anticipated solicitation release in May 2025 and performance expected to commence in June 2026. For further inquiries, interested parties can contact Sherri Ashby at sherri.ashby@socom.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The U.S. Special Operations Command (USSOCOM) is conducting a Request for Information (RFI) to gather market research for its upcoming SOF Global Services Delivery (SOFGSD) contract. This initiative aims to acquire Knowledge-Based Services through a 100% Small Business set-aside contract, with an anticipated 10-year duration. The current contract for related services will expire in March 2028, and USSOCOM seeks input on the capabilities of interested companies to inform their acquisition strategy. Key requirements for prospective offerors include possessing a Top-Secret Facility Clearance, Cybersecurity Maturity Model Certification Level 1, evidence of financial capacity, and an adequate accounting system. The anticipated acquisition approach features a General Pool and three Specialty Pools focusing on Education and Training, Intelligence Support, and Exercise Support, aiming to maximize competition and performance quality. Proposals will be evaluated using a Highest Technically Rated Offeror selection strategy, and interested businesses must submit responses and capability documents by designated deadlines. The document outlines procedures for clarifications, submission requirements, and projected timelines, indicating a planned solicitation release in May 2025 and performance to start in June 2026, emphasizing USSOCOM's commitment to engaging small businesses in their contractor offerings.
    The Special Operations Forces Global Services Delivery (SOFGSD) IDIQ Statement of Work (SOW) outlines requirements for expert services to support U.S. Special Operations Command (USSOCOM) missions both domestically and internationally. The contract focuses on enhancing stability, agility, and reach within SOF operations. Responsibilities include a wide range of services such as education and training, management support, technical support, program management, and administrative functions. Contractors must provide qualified personnel and ensure quality work, while complying with security protocols, including the need for Top Secret security clearance. Core tasks involve training support, policy analysis, translation services, exercise planning, and the development of technical documentation. The document specifies staffing qualifications, including experience in USSOCOM or military operations, and emphasizes the need for ongoing contractor management to address mission requirements efficiently. Overall, the SOW strives to foster effective service delivery to enhance the readiness, innovation, and partnerships critical to U.S. national defense and global operational effectiveness.
    The document provides a structured scoring matrix for Offerors participating in the Special Operations Forces Global Services Delivery (SOFGSD) solicitation. It outlines the criteria for evaluating proposals using specific scoring categories, which include General, Education, Exercise, and Intelligence. The scoring matrix requires Offerors to input information only in designated areas, allowing for self-assessment of their qualifications based on pre-defined work samples, performance metrics, and historical ratings. Key sections include references to submission guidelines, the number of required work samples, maximum possible points, and scoring mechanisms assigned by the U.S. Government. The evaluation focuses on various aspects, including work experiences, past performance ratings, and competencies related to Special Operations. The document emphasizes the importance of adhering strictly to instructions and ensures that any discrepancies found during the evaluation will lead to score adjustments. Overall, it serves as a detailed guide for Offerors to properly present their qualifications and for evaluators to assess their submissions effectively within the framework of federal procurement practices. This framework is crucial to determining which Offerors demonstrate the necessary qualifications and past performance for successful contract execution.
    This government file outlines the requirements for vendors responding to an RFP related to the SOFGSD (Special Operations Forces Global Development) initiative. Key elements include providing vendor Point of Contact (POC) details, such as name, email, and phone number, as well as essential identification codes like UEI and CAGE Code. Vendors must confirm compliance with critical qualifications, including TS facility clearance, financial capability, an approved accounting system, and CMMC Level 1 certification. The document also addresses potential Organizational Conflict of Interest (OCI) concerns and solicits comments on the projected 10-year performance period, as well as on specific pools and the overall acquisition approach. Additionally, vendors are asked about their participation in an "SOFGSD Marketplace," which aims to facilitate collaboration and teaming opportunities within the industry. The government seeks publicly releasable Company Capability Statements for this purpose. The file emphasizes the importance of collaboration, compliance, and clarity in communication as vendors prepare their responses, ensuring they align with government standards and expectations for future contracts. Overall, this document serves as a structured guideline for vendors to streamline their RFP submissions and foster effective partnerships in upcoming initiatives.
    The document outlines a Request for Information (RFI) from USSOCOM's Special Operations Forces Global Support Directorate (SOFGSD). It includes a series of questions submitted by a company regarding various aspects of the RFP. Each entry specifies the question number, the relevant section of the RFP or Statement of Work (SOW), and the page number, along with a placeholder for the government's response. The questions touch on general concerns, evaluation statements, submission instructions, and pricing templates. This structure is indicative of the RFI process, aiming to clarify expectations for prospective bidders. The document emphasizes the government’s need for detailed feedback and elaboration on the RFP to ensure a comprehensive and informed proposal submission from interested parties, highlighting the importance of transparency and collaboration in the pre-bid stage to enhance the quality of submissions.
    This document comprises a series of questions and answers pertaining to a government RFP (Request for Proposal) related to the SOFGSD (Special Operations Force General Support Division) contracting initiative. Key topics include the inclusion and scoring of Engineering and Technical Services, subcontractor scoring guidelines, and clarification of past performance requirements. The government addresses inquiries on joint venture qualifications, specifically regarding Top Secret Facility Clearances and cybersecurity standards, highlighting the necessity for compliance with CMMC (Cybersecurity Maturity Model Certification) and NIST (National Institute of Standards and Technology) standards. Significantly, the government clarifies that while subcontractors can provide past performance, each task order will be awarded to a prime contractor from the pool without merger possibilities between pools. Questions related to work samples indicate that they will be defined in the solicitation and can be shared across general and specialty pools. Furthermore, there is an emphasis on maintaining competitive integrity during the award process, which includes strict adherence to scoring methodologies and the eventual release of a draft RFP. Overall, this document outlines pre-award clarifications essential for potential vendors, signaling the government's commitment to a transparent and systematic procurement process within the defense contracting framework.
    Lifecycle
    Title
    Type
    Special Notice
    Similar Opportunities
    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.
    USSOCOM Pickups and SUVs
    Buyer not available
    The General Services Administration (GSA) is seeking quotations for the procurement of specialized vehicles, specifically pickups and SUVs, for the United States Special Operations Command (USSOCOM). The procurement includes three vehicle types: the Toyota Tacoma TRD Pro, the Toyota Sequoia TRD Pro, and the Ford Super-Duty F450 XLT, with specific requirements for each vehicle's specifications, delivery schedules, and pricing structures. This initiative is crucial for ensuring that federal agencies have access to reliable and compliant vehicles that meet operational needs. Interested vendors must submit their quotations by March 17, 2025, and can contact John E. (Ed) Hodges at john.hodges@gsa.gov or 703-603-8586 for further 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.
    Actian Ingress and OpenROAD License Subscriptions
    Buyer not available
    The U.S. Special Operations Command (USSOCOM) is conducting market research for the procurement of one-year subscriptions for Actian Ingress and OpenROAD software licenses (version 11.2 or higher) to support operations at Fort Eustis, Virginia. The objective is to identify potential vendors, particularly small businesses, capable of providing these licenses for five government computers, as part of an evaluation to determine the best acquisition strategy, whether through a noncompetitive acquisition from Actian Corporation or a competitive bidding process. Interested vendors are invited to submit a statement of interest by March 24, 2025, detailing their qualifications and capabilities, with the NAICS Code assigned as 513210 and a Small Business Size Standard of $47 million. For further inquiries, vendors can contact Chase Brasher at chase.w.brasher.civ@socom.mil.
    ISS-J II Solicitation
    Buyer not available
    The Department of Defense, specifically the US Special Operations Command (USSOCOM), has issued a Combined Synopsis/Solicitation notice for the procurement of Intelligence Support Services - Joint II (ISS-J II). This acquisition is being offered for competition and is limited to eligible Service-Disabled Veteran-Owned Small Business (SDVOSB) participants. The service is typically used to provide intelligence support services to the government. The place of performance includes multiple locations in CONUS and OCONUS. Interested parties must meet certain eligibility requirements, including being a prime contractor that is a Service-Connected Disabled Veteran Owned Small Business with Top Secret Facilities Clearance, and having a subcontractor, partner, or teammate with Secret Safeguarding Capability. The solicitation will not be posted on FBO, and interested parties must complete a spreadsheet and submit it with the required supporting documentation to the listed points of contact. The solicitation is expected to be sent to verified eligible parties within the next 1-2 weeks. Questions or comments regarding the solicitation should be submitted in writing via email to the listed points of contact.
    National Registry Emergency Medical Technicians
    Buyer not available
    The U.S. Army Special Operations Command, under the Department of Defense, is seeking information from potential contractors to provide national certifications for Emergency Medical Technicians (EMTs) and Paramedics for the Joint Special Operations Medical Training Center. This Request for Information (RFI) aims to gather insights and capabilities from industry participants to inform future procurement strategies, emphasizing the importance of these certifications in enhancing emergency medical training and operational readiness. Interested firms are required to submit detailed documentation demonstrating their capabilities and relevant experience by October 17, 2024, and must be registered with the System for Award Management. For further inquiries, potential respondents can contact Debbie Harris at debbie.harris.civ@socom.mil or Jonathan D. Long at jonathan.long@socom.mil.
    Barge Crane vessel Lifts
    Buyer not available
    The U.S. Department of Defense, through the U.S. Special Operations Command (USSOCOM), is seeking proposals for the procurement of barge crane vessel lifts to support lift operations at the Naval Base White Beach in Okinawa, Japan. The solicitation includes requirements for both known and unknown lifts, with an emphasis on engineering services under NAICS code 541330, and has been amended to adjust the size standard from $25.5 million to $47 million. This opportunity is particularly significant as it is set aside for Historically Underutilized Business (HUBZone) concerns, promoting inclusivity in government contracting. Interested parties must submit their proposals by March 13, 2025, and can direct inquiries to Lochlin Deeks at lochlin.h.deeks.mil@socom.mil or Brett Jacobs at brett.r.jacobs.mil@socom.mil for further information.
    Austere Drivers Training
    Buyer not available
    The Department of Defense, specifically the U.S. Special Operations Command (USSOCOM), is seeking small business sources to provide Austere Driver Training Services, focusing on a 5-day 4x4 Mobility Training Program for non-standard tactical vehicles. The objective is to enhance operational readiness and survival skills for personnel in simulated deployment-like environments, with the contractor responsible for delivering qualified instructors, vehicles, and safety measures during training sessions. Interested parties must submit their capabilities by March 14, 2025, with the anticipated contract period spanning one base year from May 2025 to April 2026, followed by four additional option years. For inquiries, contact Brian Gilmore at brian.gilmore1@socom.mil or Chu Yon Ku at chu.y.ku.civ@socom.mil.
    USSF Commercial Satellite Communications (COMSATCOM) Forecast to Industry Future Requirements Fiscal Year (FY) 2025-2026
    Buyer not available
    The United States Space Force (USSF) is preparing to issue potential Requests for Proposals (RFPs) for Commercial Satellite Communications (COMSATCOM) services for Fiscal Year 2025-2026. The procurement will focus on acquiring satellite communication services, including Transponded Capacity, Subscription Services, and Complex Commercial SATCOM Solutions, to enhance the operational capabilities of the Department of Defense. This initiative is critical for maintaining effective communication infrastructure and adapting to emerging technology needs across military operations, with anticipated projects such as the USAFRICOM COMSATCOM Services Blanket Purchase Agreement valued between $215 million and $225 million. Interested industry stakeholders can contact John Seacrist at john.seacrist@spaceforce.mil for further information, with the attachment detailing requirements current as of December 2024.