USSOCOM Releases Draft RFP for SOFGSD: What You Need to Know
Sep 24, 2025
UPDATED: Sept. 14, 2025
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
- NEW: Updates Estimated Due Date; CMMC Compliance
- NEW: USSOCOM Releases Amendment 03 for Draft RFP
- 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?
NEW: Updates Estimated Due Date; CMMC Compliance
On Sept. 12, 2025, USSOCOM released an update to the SOFGSD timeline. The proposed response due date is tentatively set for Jan. 6, 2026, pending the final RFP release. The final RFP will also require CMMC Level 1 certification for all offerors (required for all team members from prime to sub). (Note: They did not release an updated Section L or M with this update; look for CMMC language updates in the next version). They also indicated that the final RFP would be released after Nov. 10, when the new CMMC requirement goes into effect. See the full notice below:
This update is provided to place offerors on notice that a final rule for DFARS Case 2019-D041 - Defense Federal Acquisition Regulation Supplement: Assessing Contractor Implementation of Cybersecurity Requirements was released on 10 Sept 2025. A copy of the rule is located here.
Based on the rule implementation date of 10 November 2025, and an anticipated RFP release date that falls after the implementation date, the Government will include a CMMC pass/fail requirement in the final RFP as qualifying criteria. It is currently anticipated that a "CMMC Level 1 (Self)" will be required at time of proposal submission. Potential offerors are encouraged to begin working to meet this requirement if you have not already done so.
Please note that the rule requires that all identified team members will be required to meet this requirement at time of proposal. Prime offerors are encouraged to ensure team members have also completed this requirement, as a Prime offeror will be disqualified if it is determined that a identified team member does not also meet the CMMC Level 1 (Self) qualification.
Sections L and M will be updated in a future draft RFP posting.
NEW: USSOCOM Releases Amendment 03 for Draft RFP
Sept. 4, 2025: The Government released Amendment 03 of the draft solicitation. They also published 126 responses to questions submitted before Aug. 22, 2025, via the docukent titled "DRFP Amd 2 SOFGSA QnA."
You may continue to submit questions until the Q&A submission date is released in the final RFP.
Key Changes in Amendment 03
Section L – General Information:
- Use of AI Tools:
The Government added a section on the use of Artificial Intelligence (AI) Tools, indicating they may use AI to analyze and review proposals for tasks such as summarizing, compliance, and identifying areas of strength, weakness, or risk. However, all final evaluation judgements and source selection decisions will be made by Government personnel. AI tools will protect proprietary and sensitive information. - Security Clearance Requirement for Joint Ventures:
The Government clarified the Facility Clearance Level (FCL) requirements for JVs. Both the mentor and the protege members of a JV must possess a TS FCL at the time of proposal submission. Previously the RFP stated that the “offeror” must possess the - JV Proposal Documentation:
The update clarified that mentor-protégé JV proposals must include both the approved mentor-protégé agreement and the signed JV agreement outlining roles and responsibilities.
Section M – Evaluation Process:
- Hiring/Transition Terminology:
The evaluation for rapid hiring/transition is now based on “positions” instead of “billets.” This change aligns language in the proposal for consistency and clarity.
SOW – Statement of Work:
- IDIQ Program Manager:
The contractor must assign a corporate resource as the IDIQ Program Manager. - Program Management Reviews (PMRs):
The contractor must now participate in annual program management reviews instead of quarterly. - Personnel Qualifications Table Removed:
The updated Statement of Work (SOW) removed Table 6.1, which previously listed Program Manager qualifications.
Self Scoring Matrix:
- Instructions:
Adds explicit definitions for Tier 1 and Tier 2 work samples and states that any offeror who submits numbers in both rows for Category 1 may be considered non-compliant and ineligible for award.
Category Updates:
- Category 1: Total Number of Contract Personnel on a Single Work Sample
A separate row was added for JV Protégé primes with a max of 40 personnel and a changed weighting factor to ensure JV protégés can earn the same max score as SB Primes. - Category 2: Concurrent Performance at Various Geographic Sites
For CONUS, all locations within the same city count as one (Important Note: This means if you have multiple sites within a state, you must list them all separately). Previously, all sites within a U.S. state counted as one site. - Category 3: Percentage of Awarded Positions (Minimum of 20) Hired or Transitioned
The minimum number of work samples for a JV protégé was lowered from 20 to 16, and the instructions now clarify that the percentage should be calculated across all work samples and rounded to whole numbers. - Category 4: Work Samples that Contain the Following 12 LCATs.
The Government clarified that scoring is based on positions per LCAT, not just LCATs, and caps the amount at 15 points per LCAT across all work samples. - Category 6: Retention
The retention period was extended from 9 months to 12 months, and the minimum qualifying positions for JV protégés were lowered from 20 to 16. Instructions now clarify that retention is to be calculated as a percentage and rounded to whole numbers
LCAT Descriptions:
- Position Titles and Categories:
The updated draft revises two LCAT Titles. Data Specialist has been changed to Data Management/Manager. Financial Management has been changed to Financial Analysis. - Qualifications and Experience Requirements:
Experience requirements were updated for several LCAT positions. Intelligence Analyst: Experience is now required on “3- or 4-star staff.” Previously it was written as “3/4-star staff.”- Mission Assurance: Updated to indicate that the experience requirement can include no less than 5 years’ experience at a TSOC or SOF Service Component HQ or above. Previously the requirement was for TSOC only.
- Strategic Planner: Updated to clarify that experience must have been as J3 Director, J5 Director, or Chief of Staff at a US TSOC, or SOF Service Component HQ or above. Previously the requirement was for J3, J5 or CoS at TSOC or above.
- Regional/Cultural Advisor: The TSOC or Higher requirement was removed from the 4 years of experience.
- Task/Duties:
Descriptions of duties were updated for several LCATS.- INT Specific: Updated from “writing or briefing” to “prepare reports and decision support products.”
- Data Management/Manager: Along with the new LCAT title, the task/duties were updated to “Software/Website Development or Database development or data analytics or data security.” Previously it was “Provide reporting and data analytics.”
- Operational Planner/Analyst: Updated to add “or perform ORSA functions or develop and coordinate plans for deployments, operations, and/or exercises.” Previously it was “Conduct military operational planning in support of real-world operations, exercises, and investments. Writes plans.”
- Mission Assurance: Updated to “Risk Mitigation planning or Antiterrorism planning or Critical Infrastructure Defense Process.” Previously it was “Provides support to Antiterrorism planning, assessments and training.”
- Financial Analysis: Along with the new LCAT title, the task/duties were updated to “Financial Analysis” from “Forensic accounting analysis.”
- Strategic Planner: Updated to “inherent to experience.” Previously it was “Writes plans and policies.”
- Regional/Cultural Advisor: Updated to “Provide regional or geopolitical expertise. Provide cultural advice.” Previously it was “Provide regional or geopolitical expertise.”
- USG Considerations/For Example:
The “USG considerations” sections have been replaced with “For Example” sections.
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 |
|
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:
- Top 5 Tips to Successfully Leverage a New IDIQ Contract
- Knowing When to Bid on Self-Scoring Proposals
- Navigating Joint Ventures
Written by AI* and Karen Haddock
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.