Contact Trident Today!

Trident Blog

Keep up with all the latest content from Trident Proposal Management

USSOCOM Releases Draft RFP for SOFGSD: What You Need to Know

government contracting open solitication rfp Aug 25, 2025
Digital hand with finger pointing to digital globe. Text to the left with the words, "USSOCOM Releases Draft RFP for SOFGSD: What you need to know"

Total Reading Time: Approx. 8 minutes 

U.S. Special Operations Command (USSOCOM) released a second draft Request for Proposals (RFP) for the SOF Global Services Delivery (SOFGSD) contract on July 11.  

There is a lot to unpack in this draft RFP, so we’ve broken this blog down into six key sections to help you navigate what matters most to your business. 

Table of Contents 

  • What is the SOF Global Services Delivery Draft Request for Proposal? 
  • What do we know so far? 
  • What’s required for submission?  
  • Am I a good fit for SOFGSD? 
  • Who should consider bidding on SOFGSD? 
  • What should I do now?  

What is the SOF Global Services Delivery Draft Request for Proposal?

The SOFGSD is a Multiple Award Indefinite Delivery, Indefinite Quantity (MA-IDIQ) contract designed to provide subject matter expertise and knowledge-based services in support of USSOCOM’s global Special Operations Forces (SOF) missions.  

The contract scope includes the following areas across USSOCOM’s global footprint:   

  • Education and Training Services 
  • Management Support Services 
  • Program Management 
  • Engineering and Technical Services 
  • Professional Services 
  • Administrative & Other Services 

This opportunity is designated as a total Small Business (SB) set-aside, with the Government emphasizing three core service imperatives: Stability, Agility, and Reach. The final RFP is expected soon, so stay tuned for updates. 

What do we know so far?

Fast Facts

Contract Name 

SOF Global Services Delivery (SOFGSD) 

Description 

MA-IDIQ contract supporting global SOF missions with training, management, and technical services.  

Primary NAICS Code 

Expected to be 541611 – Administrative Management and General Management Consulting Services  

Anticipated RFP Release 

Late August to early September 2025 

Anticipated Proposal Due Date 

October 13, 2025 (pending final RFP release) 

Anticipated Award Date 

Q1 2026 

Estimated Contract Ceiling 

$1B 

Set-aside 

Total SB set aside 

Period of Performance 

TBD; expecting 10-year PoP 

Contract Type(s) 

Will vary by task order. Permitted types expected to include Time & Materials (T&M), Labor Hour (LH), Firm-Fixed Price (FFP), and Cost-Reimbursement. 

Customer Agencies 

USSOCOM, HQ USSOCOM, USASOC, JSOC, AFSOC, MARSOC, NAVSPECWARCOM, and TSOCs 

Evaluation Method 

Highest Technically Rated Offer (HTRO), Best Value (FAR Part 15) 

Evaluation Process 

  • Acceptability Review – basic compliance check 
  • Self-Scoring & Validation – offerors submit a self-score with documentation 
  • Price Evaluation – conducted on top-rated proposals 
  • Responsibility Determination – performed for top 10 to confirm contractor eligibility 

Number of Awards 

Expected to be 10, may be more if there are ties for the  highest scored offerors 

On-ramp/Off-ramp 

 TBD 

 

The fast facts above are the high-level notes we know based on the draft RFP. However, below are four additional notes to keep in mind:  

  • Proposal Compliance is Critical: Non-compliant proposals may be rejected without further review 
  • No Discussions Expected: The Government intends to award without discussions (clarifications may be requested) 
  • Work Locations: CONUS and OCONUS  

What’s Required for Submission?

The draft RFP includes three volumes: 

  • Volume I: Administrative and Responsibility Material 
  • Volume II: Technical proposal 
  • Volume III: Price 

Each of the volumes requires specific elements per the Draft Section L dated July 11, 2025. Below are the required elements for each volume: 

Volume I: Administrative and Responsibility Material 

Elements of this volume are expected to include the following: 

  • A Master Table of Contents for the entire proposal (this should cover all three volumes) 
  • Executive summary 
  • Organizational structure change history (if applicable) 
  • Proof of Top-Secret Facility Clearance (FCL) 
  • Current documentation of an adequate accounting system from the Defense Contract Management Agency (DCMA), Defense Contract Audit Agency (DCAA), or a federal audit agency, or other evidence allowing the Contracting Officer to confirm the system supports timely cost data development and cost negotiation. If older than five years, include a CFO letter confirming no material changes. 
  • A letter confirming a line of credit of at least $2M to demonstrate financial capacity 
  • If applicable, Mentor-Protégé (MP)/Joint Venture (JV) agreement  
  • Completed contract forms and certifications, including the signed SF-33 with required blocks completed, and Section K Representations, Certifications, and other statements completed electronically via SAM.gov or submitted if unavailable electronically 
  • If applicable, list of all subcontractors and teaming partners; cross-teaming is not allowed  
  • Supplier Performance Risk System (SPRS) NIST SP 800-171 Rev. 2 Assessment showing a minimum Basic Confidence Level score of 110 at the time of proposal submission; this is required for all managing partners of an unpopulated JV 
  • Proposal submission confirmation form via the Microsoft Form link (provided with the final RFP) before the submission deadline 

Volume II: Technical Proposal

For this volume, offerors will submit up to five self-scored work samples, each with substantiating documentation, a completed Work Sample Cover Sheet (Attachment 5), and completed self-scoring (Attachment 02) and cross-reference matrices (Attachment 03):  

  • If the Offeror is a JV under the SBA All-Small Mentor-Protégé Program, work samples may come from either the protégé (managing) or mentor (non-managing) partner 
  • Each work sample must be a “stand alone” contract or a task order issued under an Indefinite Delivery/Indefinite Quantity (IDIQ) contract; multiple task orders may be submitted independently (an IDIQ contract by itself, without any awarded task orders, is not an acceptable work sample) 
  • Each work sample’s period of performance must fall within the last five years of the solicitation date and cover at least six consecutive months  

Offerors must include at least one Tier 1 work sample (from the Small Business Offeror or the JV protégé performing as the prime); others may be Tier 2 (from subcontractor or JV mentor).  

As you prepare your documentation, keep the following requirements in mind: 

  • Redact unnecessary Personally Identifiable Information (PII) (e.g., names, SSNs) from work samples unless necessary for substantiation 
  • Submit all work samples and substantiating documentation at the unclassified level whenever possible, with classified submissions no higher than SECRET/NOFORN (Secret — Not Releasable to Foreign Nationals) 
  • Submit work samples as searchable PDFs, clearly marked to identify where the substantiating information is located 
  • Use official contract documentation (e.g., Performance Work Statements [PWS], Statements of Work [SOW], Contract Data Requirement List [CDRL], DD-254) or other documents that substantiate the self-score and demonstrate the ability to meet PWS requirements; unofficial contract-related documentation (e.g., a memorandum from a Contracting Officer) may also be used but must be clearly labeled and cross-referenced  
  • Include the signed cover page associated with each contract or task order  
  • Do not create or submit new documentation (e.g., project narratives or descriptions) 

Volume III: Price

The contents of this volume include: 

  • A completed Staffing Proposal Pricing Template (Attachment 04) for attendance at the post-award conference ($2,500 total) 
  • Fully burdened labor rates for up to four attendees at the post-award conference on Tab 2 of the Staffing Proposal Pricing Template 
  • Disclosure of ground rules and assumptions used in preparing the pricing table 
  • An index or table of contents for cost estimating, purchasing, and accounting systems, including any deviations from Cost Accounting Standards (CAS) 
  • A compliance statement for DFARS Clause 252.242-7006 
  • Indication of whether the estimating system has Government approval and provision of proof if applicable 
  • A summary description of the purchasing system, and if approved by the Government, submission of supporting evidence 
  • If the accounting system has Government approval, submission of the most recent DCAA audit report stating adequacy with indirect rate pools and allocation bases (Note: This requirement appears in both Volumes 1 and 3; however, no additional or different form is required. You must include and cross-reference it appropriately in each volume.) Include all pages of the audit report 
  • Provision of DCAA and DCMA contact information for potential financial capability review, or submit a current review if completed within the past year 

Am I a Good Fit for SOFGSD? 

This is always one of the first questions we encourage our clients to ask themselves. We recommend a close read of the government documents and ask yourself: 

  • Are you a small business (or Small Business Protégé in a Mentor-Protégé JV), with relevant past performance as a prime on at least one similar project? 
  • Do you have DoD or other federal experience within the last five years, and can you submit up to five strong, properly documented work samples? 
  • Do you (or your JV) hold a Top Secret Facility Clearance (this is non-negotiable)? 
  • Can you provide proof of financial capacity, such as a $2M line of credit? 
  • Do you have a DCAA-audited accounting system, or do you have an accounting system that is ready for audit? 
  • Is your SPRS score 110 or above, or are you actively working toward it? 

If you answered “yes” to these questions, you’re likely in a good position to compete. Still not sure? Our team can help you evaluate where you stand and make an informed bid/no-bid decision. 

Who Should Consider Bidding on SOFGSD?

This opportunity is a strong fit for small businesses that already align with the mission and scope of USSOCOM. It’s especially relevant if your company: 

  • Has relevant experience supporting special operations, intelligence, or expeditionary missions in classified, high-tempo, or expeditionary environments 
  • Is looking for a long-term contract vehicle with broad task order opportunities across USSOCOM and its component commands 
  • Is part of a teaming arrangement or JV that brings complementary capabilities across the listed service areas 
  • Already has relationships with USSOCOM, Joint Special Operations Command (JSOC), or Theater Special Operations Commands (TSOCs) and wants to deepen those ties  

If this sounds like your company, this contract could be a good fit, and now’s the time to start preparing. 

What should I do now?

If you’re considering pursuing SOFGSD, start by reading the full draft RFP on SAM.gov so you understand exactly what’s being asked and how your proposal will be evaluated. Make sure to bookmark the opportunity and sign up for updates so you don’t miss any important information.  

Next, start assembling your team. That could mean identifying potential subcontractors and exploring JV partnerships. Assess your readiness to meet key qualifications, such as holding a Top-Secret FCL, demonstrating recent and relevant DoD past performance, providing financial and accounting system documentation, and achieving the required SPRS cybersecurity score of 110.  

Gather relevant work samples that highlight your expertise. Take time to review the self-scoring matrix and start drafting how you will substantiate your technical proposal.  

Finally, assemble your proposal team, assign roles, and draft a proposal schedule with key milestones to keep the effort organized and on track. Getting organized early will make a huge difference when it’s time to hit submit. 

How Trident Can Help

Considering pursuing SOFGSD or need assistance with your next proposal? Trident Proposal Management is here to help you every step of the way. We’ve worked with businesses like yours to make sense of complex RFPs and put together strong, competitive bids. Whether you have a quick question, need strategic advice, or want a partner to walk through the process with you, don’t hesitate to reach out. 

Looking for more?

We have several blogs that touch on a similar topic. Check out these blogs below:


 Written by AI* and Karen Haddock https://www.linkedin.com/in/karen-haddock-pmp-a8387060/ 

Karen is a proposal manager at Trident Proposal Management and a former U.S. Army Officer with extensive experience in project management, logistics, and education. Based on the East Coast, she supports clients around the world as part of our globally dispersed team. 

*This blog represents a balanced collaboration between AI and Karen Haddock. All AI-generated content is reviewed, corrected, and validated by Trident staff to maintain our commitment to quality and the human touch. 

Check out our latest blog posts

USSOCOM Releases Draft RFP for SOFGSD: What You Need to Know

Aug 25, 2025

Army Open Solicitation Explained: What It Is and Why It Matters

Aug 05, 2025

Need expert advice on Government Contracting?
Contact us at (571) 477-1945.