The Special Operations Forces Global Services Delivery (SOFGSD) contract vehicle is a major USSOCOM multiple-award IDIQ built to support Special Operations Forces missions worldwide through a wide range of knowledge-based and mission support services. For small business contractors pursuing defense opportunities, SOFGSD represents a significant vehicle because it combines global scope, multiple functional areas, and a structured competitive environment centered on technical capability, compliance, and proposal precision.
As the solicitation has progressed from draft updates to the final RFP stage, the industry has needed to track not only amendments and compliance requirements, but also the practical mechanics of proposal submission. The latest update is especially important because it focuses on the Symphony submission process, giving offerors a clearer view of how to prepare proposal assets, claim supporting materials, and complete the final electronic submission correctly.
Latest Updates:
April 10, 2026:
SOFGSD Symphony Submission Process Webinar Announced
On April 10, 2026, an update was issued announcing a webinar scheduled for Tuesday, April 14, 2026, from 2:30 PM to 4:00 PM ET to demonstrate the proposal submission process for the Special Operations Forces Global Services Delivery (SOFGSD) solicitation, H9240026RE001, within Symphony. The session is intended to help offerors navigate the platform and better understand how to prepare and submit proposal materials.
Impact on SOFGSD:
The webinar will cover the core steps offerors need to complete inside Symphony, including:
- Establishing company assets
- Claiming assets within the proposal
- Submitting the proposal
- Submitting questions to the program office, as needed
- Symphony registration, covered at the end of the session
The update also directs offerors to the official Symphony submission portal for SOFGSD and references support materials such as Prepare Your SOFGSD Technical Proposal and SOFGSD: Master Crosswalk & Quick Reference, both of which were recently updated to support this submission workflow. Offerors experiencing system issues are directed to contact [email protected]
March 30, 2026:
Final RFP Released
USSOCOM released the final RFP for SOFGSD under Solicitation No. H9240026RE001. With the final solicitation now live, no further updates will be issued under the draft notice.
What This Means for Offerors:
This marks the official transition from draft-stage planning to final proposal preparation. Contractors should now work directly from the final RFP and confirm that all proposal content, compliance requirements, and submission steps align with the final solicitation instructions.
January 26, 2026:
Amendment Issued with Submission Process Changes
USSOCOM issued updated draft versions of Section L, Section M, Attachment 02 (HTRO Self Score Matrix), and Attachment 07 (LCAT Descriptions). The update also removed Attachment 03 – HTRO Cross Reference Matrix from the draft RFP.
What This Means for Offerors:
This update is important because it introduced changes to the submission process and refined key proposal instructions. Offerors should carefully review the revised documents, update their proposal approach accordingly, and note that no further questions would be accepted until the release of the final RFP.
November 14, 2025
SOFGSD Release Timeline Extended
In light of the prolonged government shutdown and the approaching holiday season, USSOCOM has announced an extension to the release timeline of the Special Operations Forces General Services Delivery (SOFGSD) IDIQ. The solicitation’s release is now anticipated in the next quarter (FY2026-Q2 | CY2026-Q1).
While specific release dates have not yet been announced, the agency currently anticipates closing the solicitation by the first week of March 2026.
September 10, 2025
CMMC Level 1 Requirement Added
On September 10, 2025, the Department of Defense (DoD) released the final rule for DFARS Case 2019-D041 – Assessing Contractor Implementation of Cybersecurity Requirements. Read the rule here.
Impact on SOFGSD:
- Effective Date: November 10, 2025
- Since the SOFGSD RFP is anticipated after this date, the Government will require a CMMC Level 1 (Self-Assessment) certification as a pass/fail criterion for proposal submission.
- Prime offerors and all identified team members must hold a valid CMMC Level 1 certification at the time of submission. Failure of any team member to meet this requirement will result in disqualification.
- Sections L and M of the SOFGSD RFP will be updated in a future draft to reflect this new mandate.
What This Means for Offerors:
Offerors and their teaming partners should complete CMMC Level 1 (Self) assessments immediately to ensure eligibility. Both primes and team members must be compliant before the RFP is released.
The SOFGSD solicitation will now include a mandatory CMMC Level 1 (Self) certification requirement at the proposal stage. Early preparation is critical to avoid disqualification. Read more details on SAM.gov
September 4, 2025:
Amendment 03 Issued
The latest update for the Special Operations Forces General Services Delivery (SOFGSD) draft solicitation is Amendment 03. Key updates include the inclusion of responses to questions submitted prior to 22 August 2025, which can be found in the attached “Response to DRFP Amd 2 SOFGSD QnA.” Contractors may continue submitting questions until the final RFP is released, with the submission deadline yet to be determined.
The following documents have been updated with this amendment:
- SOFGSD Section L (Draft 20250904)
- SOFGSD Section M (Draft 20250904)
- Atch 01 IDIQ SOW (r2 20250904)
- Atch 02 HTRO Self Score Matrix (Draft 20250904)
- Atch 04 Staffing Proposal Pricing Template (Draft 20250904)
- Atch 07 SOFGSD LCAT Descriptions (Draft 20250904)
- Response to DRFP Amd 2 SOFGSD QnA
Please note that the submission date for this draft RFP has been updated. The final proposal submission deadline is set for 13 Oct 2025, 10:00 AM EDT. Proposals will not be accepted at this stage, as it is still a draft RFP.
For full details and to access the updated documents, visit the SAM.gov Opportunity.
With the current administration changes in place, the Special Operations Forces Global Services Delivery (SOFGSD) solicitation emerges as a stable and safe bid for securing a dependable line of work. With a draft RFP released on May 1, 2025, and updates continuing through July 11, 2025, the draft RFP has drawn significant interest from industry players. SOFGSD is a multiple-award Indefinite Delivery Indefinite Quantity (IDIQ) contract vehicle crafted by the United States Special Operations Command (USSOCOM) to deliver essential knowledge-based and subject matter expertise services, supporting Special Operations Forces (SOF) in their global endeavors.
The significance of SOFGSD lies in its role as a strategic enabler for USSOCOM’s priorities, competing and winning for the nation, preserving readiness, innovating against future threats, advancing partnerships, and strengthening the force and family. By providing agile, stable, and far-reaching services, SOFGSD ensures SOF remains at the forefront of defending U.S. interests in an increasingly complex geopolitical landscape, offering contractors a platform to contribute directly to national security while fostering innovation and long-term collaboration.
What is SOFGSD?
SOFGSD is designed to meet USSOCOM’s enterprise requirements for U.S.-based and globally assigned SOF missions through a multiple-award IDIQ contract. The scope encompasses providing subject matter expertise and knowledge-based services across various disciplines, with a focus on three services imperatives: Stability (emphasizing mission continuity, institutional knowledge, and minimal workforce turbulence through competitive compensation and dedicated resources), Agility (enabling rapid response to dynamic environments, including surging capacity and efficient issue resolution with proximate management), and Reach (leveraging enterprise networks for global employee placement, logistics support, and external perspectives).
The task areas cover a broad range of support, including:
| Task Area | Sub-Task Area | Description |
| Education and Training Services | Internal Training Support | Monitor and track command training, assist in preparing SOF-specific materials, and coordinate training content. |
| Operational & Training Support | Develop and maintain lesson plans, conduct classes (in-person/virtual), manage training databases, and review doctrine/publications. | |
| Education Policy Analysis | Analyze and revise USSOCOM directives, conduct studies on joint education, and align with DoD/Joint Staff education visions. | |
| Cultural & Language Training | Deliver language/cultural instruction, regional expertise, immersion programs, and analyze training effectiveness. | |
| Translation Services | Provide multilingual translation/interpretation (Arabic, French, Spanish, Chinese, Russian, etc.), OSINT cultural analysis, and multimedia translation. | |
| Combat Modeling & Wargaming | Develop or support models, simulations, and wargames to test concepts and inform training. | |
| Exercise Planning Support | Supply SMEs for SOF operations and intelligence; support episodic training exercises with role players. | |
| Exercise Execution Support | Deliver command post/tabletop exercises, collaborate on design/execution, and support interagency training. | |
| Mission Rehearsal Support | Analyze SOF mission training requirements, update simulation systems, and integrate advanced technologies. | |
| Management Support Services | Position & Concept Papers | Develop updated papers on emerging SOF issues from multiple sources. |
| Reports | Prepare reports based on meetings, conferences, and interagency forums. | |
| Independent Expert Support | Provide advisory services, business analysis, and independent assessments to support decision-making. | |
| Program Management | Strategic & Operational Planning | Develop planning products to address SOF capability gaps and propose innovative methods. |
| Irregular Warfare Support | Provide expertise in MILDEC, ISIO, OPSEC, and irregular warfare planning. | |
| Studies & Analyses | Conduct studies on current/future capabilities, including command-and-control of tactical units. | |
| Acquisition Program Management | Support documentation, system engineering, data collection, proposal reviews, and acquisition improvements. | |
| Engineering & Technical Services | Engineering Documentation | Prepare CAD/CAM drawings, specifications, reviews, reports, and technical edits. |
| Technical Documentation | Create and improve designs, standards, and models for SOF operations. | |
| Technical Analysis & Evaluation | Evaluate systems, tools, processes, and technologies for feasibility and improvement. | |
| Data Management Support | Develop acquisition documentation, track data deliveries, and maintain archival systems. | |
| Plans & Frameworks | Assist in developing frameworks, protocols, tactics, and strategies. | |
| Research & Analysis | Perform assessments, surveys, and studies supporting SOF-led activities. | |
| Ops & Support Analysis | Recommend improvements for SOF operational processes and procedures. | |
| Subject Matter Expertise | Provide SMEs and consultants for specialized technical areas. | |
| Systems Engineering | Offer engineering and management support for SOF programs, projects, and test facilities. | |
| Test & Evaluation Support | Plan and execute T&E, simulations, trade-off studies, and performance analysis. | |
| Professional Services | Intelligence Support | Provide GEOINT, HUMINT, CM, and exploitation support. |
| Operational Planning | Deliver planning for Civil Affairs, MISO, and signature reduction activities. | |
| Strategic Communication | Develop communication strategies supporting SOF missions. | |
| Multimedia Production | Produce TV/broadband content, commercials, and culturally aligned media for global campaigns. | |
| Public Affairs Support | Assist with PR, messaging, and media analysis. | |
| Historian Expertise | Provide deployable historian support for documenting ongoing/finished operations. | |
| Administrative & Other Services | Papers & Reports | Prepare research-based position papers and meeting reports. |
| Office Management | Manage scheduling, correspondence, filing, minutes, and day-to-day operations. | |
| Technical Meetings | Support conferences, symposia, and forums, including content development. |
Offers must be submitted electronically via DoD SAFE and should be structured in three volumes:
| PARA. | VOLUME TITLE | COPIES | PAGE LIMIT |
| L-2 | Volume I – Administrative and Responsibility Material | 1
|
No page limit |
| L2.3 | Executive Summary | ||
| L2.4 | Organizational Structure Change History | ||
| L2.5 | Facility Clearance | ||
| L2.6 | Adequate Accounting System | ||
| L2.7 | Financial Capacity | ||
| L2.8 | Mentor-Protégée JV Agreement | ||
| L2.9 | Contract Forms and Certifications | ||
| L2.10 | Cross-Teaming Limitations, Teaming Agreements, and Identification of Subcontractors | ||
| L2.11 | Cybersecurity Compliance | ||
| L.2.12 | Microsoft Forms Submission | Content as specified | |
| L-3 | Volume II – Technical Proposal | 1
|
|
| L3.2 | Work Sample Cover Sheet | No more than 5 | |
| L3.3 | Work Sample and Substantiating Data | No page limit | |
| L3.4 | HTRO Self-Scoring Matrix | Content as specified | |
| L3.5 | HTRO Cross Reference Matrix (CRM) | Content as specified | |
| L-4 | Volume III – Price | 1
|
No page limit |
| L4.2 | Staffing Proposal Pricing Template (Attachment 4) | ||
| L4.3 | Cost/Price Introductory Documents |
The following will be exempt from page limitations for the RFP: cover sheets, table of contents, list of Tables and Drawings, glossaries, Acronym List, and Compliance Matrix.
The evaluation follows a Highest Technically Rated Offer (HTRO) approach under FAR Part 15, aiming to award to at least the top ten highest-scored offerors based on validated technical self-scores, price fairness, and contractor responsibility.
Key Points to Consider – Certifications, Clearances, or any Other Requirements
Navigating SOFGSD requires meticulous attention to compliance and qualifications to avoid elimination:
Security Clearances:
The prime contractor must possess and maintain a minimum Top Secret Facility Clearance at the time of proposal submission. Task orders may require higher levels, such as TS/SCI, Sensitive Compartmented Information (SCI), Special Access Programs (SAP), Special Access Requirements (SAR), or Special Technical Operations (STO). Contractor personnel must comply with DD Form 254 specifications, and all must follow NISPOM guidelines for safeguarding classified information. Access to government systems requires at least a favorable National Agency Check (NAC), and polygraph examinations may be authorized per DoD Directive 5210.48-R.
Certifications and Systems:
Offerors must demonstrate an adequate accounting system (evidenced by recent DCAA audit reports stating adequacy), purchasing system, and estimating system, with government approvals where applicable. Compliance with DFARS Clause 252.242-7006 for accounting systems is mandatory. Financial capacity reviews are encouraged, and cognizant DCMA/DCAA office contacts should be provided.
Organizational Conflict of Interest (OCI):
OCI is evaluated primarily at the task order level per FAR Subpart 9.5. Cross-teaming (a prime subbing for another prime) is prohibited, including for JV members. Mitigation plans must be robust; proposals like 100% subcontracting or firewalls are unacceptable. Offerors must submit OCI Disclosure Forms when requested and ensure no biased ground rules or impaired objectivity.
Other Requirements:
Proposals must meet all solicitation terms, with any exceptions justified. Small businesses under NAICS 541611 are primes, but subcontractors can be any size. Work samples must be in English and unclassified except for Secret/NOFORN elements (submitted redacted or via SIPR). The burden of proof for self-scores rests with offerors, using verifiable documentation like contracts, invoices, or business system outputs. Common Access Cards (CACs) are required for personnel needing logical or physical access and are managed via the Trusted Associate Sponsorship System (TASS).
Failure to comply, such as incomplete information or non-conformance, results in removal from consideration.
Overview of the Latest Amendment (in the Context of Previous Amendments)
The SOFGSD solicitation has progressed through iterative drafts and amendments since its initial draft RFP release on May 1, 2025. Early updates included an Industry Day on May 28, 2025, and Q&A compilations on June 13, 2025, addressing teaming, scoring, and work samples. Subsequent refinements focused on clarifying evaluation processes and attachments. The latest amendment, reflected in the July 11, 2025, solicitation update, builds on these by incorporating feedback and streamlining key sections like L and M, while updating attachments for better alignment with USSOCOM’s needs.
Key Changes in the Amendment
The July 11, 2025, update introduces targeted enhancements to promote transparency and fairness:
Self-Scoring Matrix (Attachment 02):
Refined categories include total positions on a single work sample (max 1,000 points), concurrent geographic sites (CONUS max 250, OCONUS max 500, bonuses for Germany/Korea up to 500; total max 1,250), billet transition percentages (max 2,000), LCAT coverage in work samples (points for 15 specified categories like Intelligence Analyst, Foreign Disclosure Officer, and Role Players), SOW requirements coverage (differentiated by SOF/non-SOF, e.g., 150 points for SOF-related strategic planning), retention over a 9-month period (max 3,000), and CPARS (neutral for exceptional/very good/satisfactory; deductions for marginal (-500%) or unsatisfactory (-2000%)).
LCAT Descriptions (Attachment 07):
Detailed qualifications were added, such as for Intelligence Analysts (Bachelor’s, 5+ years intelligence, TS/SCI), Linguists (Level 2+ ILR/DLPT, 5+ years, TS/SCI), and SOF Specialty Trainers (DoD Instructor qual, 2+ years specialty experience).
Evaluation and Proposal Instructions:
Emphasized downward-only score adjustments during validation, treatment of discrepancies as clarifications, and elimination of inaccurate self-scores with misleading documentation. Work samples limited to official documents in English, with cross-references required.
OCI and Teaming Clarifications:
Reaffirmed prohibition on cross-teaming but confirmed subcontractors can reuse work samples across teams without exclusivity.
Other Tweaks:
Updated staffing template instructions (fixed $2,500 price, justify exceptions), and added details on exchanges (clarifications per FAR 15.306, potential discussions).
These changes aim to better validate offeror capabilities while reducing ambiguity.
Impact on Contractors & Industry
The amendment’s refinements heighten the emphasis on verifiable past performance and accurate self-scoring, benefiting contractors with strong substantiating data and potentially favoring Joint Ventures through protégé scoring adjustments (e.g., 80% threshold for max points in certain categories). However, stricter validation and OCI rules increase preparation complexity, risking elimination for non-compliant bids and demanding robust mitigation strategies. For the industry, it fosters greater competition among technically superior offerors, encourages diverse teaming (e.g., large subs without size limits), and aligns awards with USSOCOM’s imperatives, ultimately enhancing SOF support efficiency in a competitive defense market.
Next Steps & How to Stay Updated
With the final RFP and proposal due date still pending, offerors should act now to compile strong work samples, accurately complete the self-scoring matrix, ensure system compliance (e.g., accounting, cybersecurity), and prepare for potential clarifications. Engage with the Contracting Officer for discrepancies or OCI concerns, and verify all submissions meet solicitation requirements.
Official News/Updates
- The draft RFP was initially posted on May 1, 2025, with an Industry Day held to address questions on teaming and evaluation.
- June 13, 2025, Q&A compilation clarified aspects like no exclusivity on subcontractor work samples and confirmation of HTRO as the sole award measure.
- The July 11, 2025, update includes refined attachments and processes, as detailed in the solicitation files on SAM.gov.
In conclusion, SOFGSD stands as a critical IDIQ for bolstering USSOCOM’s SOF capabilities through comprehensive services, with the July 11, 2025 amendment enhancing evaluation rigor and clarity to ensure awards to the most qualified offerors. This solicitation not only supports vital defense missions but also drives industry excellence in compliance and innovation.
At iQuasar, we’re experts in navigating complex defense solicitations like SOFGSD, offering tailored proposal support, proposal reviews, proposal compliance audits, and teaming strategies. Contact us today to learn more or visit our website to learn how we can help you secure a win.





