SOLICITATION NUMBER: H9240026RE001
Procurement Type: Sources Sought
Date posted: 12 July 2025
Title: Joint Special Operations Forces (SOF) Readiness Training Support IDIQ
Classification Code: R -- Professional, administrative, and management support services
NAICS Code: 541990 -- All Other Professional, Scientific, and Technical Services
Contract Set-Aside: Limited to businesses participating in Small Business Administration’s 8(a) program
OVERVIEW:
This is a Sources Sought Request for Information (RFI) notice issued by United States Special Operations Command (USSOCOM), on behalf of the Program Executive Office Services (PEO-SV), for information and planning purposes only IAW DFARS PGI 206.302-1(d).
This Sources Sought does not constitute a request for proposals; submission of any information in response to this market survey is purely voluntary; the government assumes no financial responsibility for any costs incurred; and it shall not be construed as any commitment by the Government to execute this requirement.
United States Special Operations Command (USSOCOM) has a need for a follow-on contract to USSOCOM H9240024D001, which was a 24-month interim contract solution for H9240018D001. Both contracts and their predecessors were awarded in support of the USSOCOM Enterprise Wide Training Program (UEWTEP). Variations of this acronym are now synonymous with program’s prior and current support contracts (e.g., UEWTEP, UEWTEP II, UEWTEP III). Changes in the government’s requirement and its associated priorities have necessitated a program name change to JOINT SPECIAL OPERATIONS FORCES (SOF) TRAINING AND READINESS PROGRAM (JSTRP) and established that all future contracts supporting it be entitled JOINT SPECIAL OPERATIONS READINESS TRAINING SUPPORT.
The United States Special Operations Command (USSOCOM), through its J3 Directorate, is seeking contractors to provide qualified personnel under a potential Joint SOF Readiness Training Support Single Award Indefinite Delivery, Indefinite Quantity (IDIQ) contract. Its task orders will deliver comprehensive support for priority training events convened worldwide by supported combatant commands. This support is critical for maintaining the readiness of Special Operations Forces (SOF) and enhancing their integration, interoperability, and interdependence (I3) with U.S. Conventional Forces, interagency partners, and foreign allies.
The Government seeks a contractor mission partner to recruit, place, and manage highly qualified personnel who will assist Combatant Commands and their Major Subordinate Commands in the planning, execution, and evaluation of readiness events. A dynamic and adaptable contractor workforce consisting of both full-time and part-time positions will be required. Any potential mission partner must have demonstrated ability to manage large-scale support operations, maintain high-quality standards, and integrate seamlessly with government-led activities.
Workforce Composition and Key Requirements
The contractor is required to provide a team largely comprised of Subject Matter Experts (SMEs) who deeply understand SOF and their partner organizations. This team must be proficient in using key training tools, including the Joint Training System, Joint Training Tool (JTT), Defense Readiness Reporting System, Universal Joint Task List (UJTL), and the Joint Lessons Learned Information System (JLLIS). They will use these tools to support government activities across the globe, both in the identification of their training requirements and in the planning and execution of joint training events.
- Full-time Roles: Core positions in exercise planning, scenario design, operations support, senior SOF advising, senior operations and plans, and integrated support across other functional roles, domains, and mission areas.
- Part-time Roles: Surge support for training scenarios, intelligence integration, and interagency collaboration, including SMEs in specialized domains.
- Flexibility and Cross Utilization: Personnel must be adaptable and prepared to operate across functional, operational, and regional domains with government guidance or direction.
Performance Focus Areas
- Integration with USSOCOM and partner commands to ensure seamless exercise planning and execution.
- Ability to rapidly respond to short-term episodic training events world-wide.
- Scenario Development & After-action Reviews to drive continuous improvement and readiness.
- Compliance & Performance Monitoring: Strong internal quality controls (QCP) and real-time reporting to meet government expectations.
- Adaptive Management: Contractor-led oversight with contract Integrator roles ensuring cost, schedule, and mission alignment.
Key Responsibilities
Contractor personnel will directly support government-led efforts. They will not independently plan or execute training and readiness program requirements but will be responsible for:
- Providing cross-functional and regionally aligned support, including participation in Joint Training Teams, Exercise Control Groups, Operational Planning Cells, and Battle Staff Readiness teams.
- Providing real-time operational support to planning and readiness events, ensuring such activities align with USSOCOM’s strategic priorities and are responsively adapted to satisfy dynamic changes in the type and degree of event support required.
- Assisting with integration and evaluation of SOF specific tasks.
- Coordinating and delivering detailed scenario development, exercise scripting, task performance observations, and after-action reviews to ensure continuous improvement and enhanced warfighting capabilities.
- Documenting performance and adapting support based on government priorities.
Contractor teams must integrate seamlessly with government personnel, adapting to shifting and emergent mission requirements with guidance from the government to direct their performance.
Management Controls and Performance Expectations
The contractor must maintain a robust management framework, including:
- Management & Controls: Provide contract Integrator and Task Leads for end-to-end contract oversight, performance monitoring, and adaptation to changing mission needs. Contract Integrator must have an extensive SOF background and both the authority and experience to oversee cost, schedule, and performance for all task orders.
- Quality & Compliance: Maintain a Quality Control Plan (QCP) aligned with government standards, and ensure all personnel meet specified and implied deliverables.
- Reporting: Submit required monthly and quarterly reports, including updates on staffing, performance, and travel costs.
- Training & Export Control: Ensure personnel meet all onboarding, training, and export control compliance requirements, as enabled by vendor having International Traffic in Arms Regulations licenses for applicable countries.
- Continuous Process Improvement: leverage resources to perpetuate an environment that fosters incremental enhancements in performance - and event related outcomes and deliverables.
Summary
Overall, the contractor will deliver adaptive, well-managed personnel support aligned with USSOCOM’s dynamic training mission. Contractor must be prepared to meet variable tasking levels and respond quickly to emergent needs. The government requires the contractor to have flexibility, innovation, and the ability to staff globally for evolving priorities. Companies interested in this effort should be prepared to field multi-disciplinary teams, leverage high-performing SMEs for cross-functional use, and maintain a collaborative posture with supported government activities to ensure unity of effort.
The Government contemplates award of an IDIQ contract having an ordering period not exceeding five years. Maximum ceiling value for contract has yet to be determined.
Per FAR 5.207(c)(16)(ii), all responsible sources may submit capability statements that will be considered by the agency. Any party responding to this notice shall send clear, factual documentation demonstrating their ability to execute these requirements. Any Capability statements provided must demonstrate experience in all phases of SOF event support, from planning, and design to execution and assessment. This includes experience recruiting, managing, and deploying contractor personnel to support global training and readiness events. Proven ability to collaborate seamlessly with other contractors with minimal government oversight should also be represented. Significant weight will be given to experience providing large-scale manpower augmentation (150+ full-time equivalents for extended periods), supporting 1000+ individual travel actions per annual (multiple travelers per event), and managing positional, compensatory, and extended work week hours.
NOTE: Proprietary information and trade secrets, if any, must be clearly marked on all materials. All information received that is marked Proprietary will be handled accordingly. Please be advised that all submissions become Government property and will not be returned.
Submission Instructions:
The information received in response to this NOTICE will be used to make the best decision on how to proceed with this acquisition. Information received will not be shared with other potential offerors. If your firm is interested in potential opportunities related to this post, please email Mr. Christos Tragakis at christos.j.tragakis.civ@socom.mil and Mr. Rory Martin at Rory.t.martin.civ@socom.mil. no later than 1100 EST on 08/26/2025. Input the name of your firm and “JSOF Readiness Training Support” in the subject line of email. In the body of the email and in your capability statement please include the name of your firm, cage code, small business status, your firm's ability to meet requirements represented, and any other information you deem relevant for market research purposes.
Notice of Intent to Utilize Government Support Contractors:
Respondents’ attention is directed to the fact that contractor personnel may provide advice and support reviewing responses. When appropriate, contractor personnel may have access to response packages and may be utilized to objectively review information and provide comments and recommendations to the Government. They may not make decisions or establish final assessments. All advisors shall comply with Procurement Integrity Laws and shall sign Non-Disclosure and Rules of Conduct/Conflict of Interest statements. The Government shall take into consideration requirements for avoiding conflicts of interest and ensure advisors comply with safeguarding proprietary data. Responses to the RFI constitutes approval to release the submittals to Government Support Contractors. This is a Request for Information only and may or may not result in the issuance of a Request for Proposals (RFP), if you choose to submit proprietary information, mark it according to your company specifications.