Federal Contract Opportunity

Last Updated on 01 Jul 2025 at 1 AM
Solicitation
Lexington Kentucky

*DRAFT RFP* - Special Operations Forces (SOF) Global Logistics Support Services II (GLSS2) Contract

Details

Solicitation ID H9225425RGLSS2
Posted Date 01 Jul 2025 at 1 AM
Response Date 14 Nov 2025 at 7 PM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Peo-sofsa
Agency Department Of Defense
Location Lexington Kentucky United states 40516

Possible Bidders

National Industries For The Blind

Wayne Earth city Alexandria

Miscellaneous Foreign Contractors

Frankfurt am main Isando Washington Arlington

Miscellaneous Foreign Awardees

Ciudad de mexico Toronto, ontario Bertrange Arlington Madrid Washington St lo Kampala

Sign up to access Documents

Signup now

***DRAFT Request for Proposal (RFP) posting – 30 June 2025***

DRAFT Request for Proposal 

Special Operations Forces – Global Logistics Support Services II (SOF GLSS 2)

NAICS Code: 561990

Product or Service Code: R706

Proposed Solicitation Number: H92254-25-R-0001 (Subject to Change)

Set Aside Status: Full and Open Competition, with minimum mandatory requirements for Small Business subcontracting (see Section H.8)

Contract Type: Single Award IDIQ with task and delivery orders of multiple contract types.

Contract Length: Five (5) year base period, three (3) year option, three (3) year option, one (1) year option (transition). Ordering period if all options are exercised will be for a maximum of twelve (12) years.

Contract Ceiling: Maximum ceiling value of $10,530,000,010.00

Guaranteed Contract Minimum: $10,000.00

Contracting Office Address: 5751 Briar Hill Road, Lexington, KY 40516

Contracting Officer: Brian C. Hubbs, [email protected] 

Contracting Specialist: Michael Geegan, [email protected]

Purpose:

DRAFT RFP to procure global lifecycle logistics support for Special Operations Forces utilizing three Core Competencies: Streamlined Design and Rapid Prototyping; Production, Modification, and Integration; and Lifecycle Sustainment Activities across major SOF platforms (Aviation, Ground, and Maritime) and systems. SOF GLSS 2 will also provide enterprise functions normally associated with running a Government-Owned Contractor-Operated (GOCO)-like (state-owned, Government-leased (tenant), contractor-operated) operation in a cost-efficient manner to include logistics operations; facility management; environmental, safety, and health; security management; industrial operations; and information technology (IT) management.

Description:

PEO SOFSA is the United States Special Operations Command's (USSOCOM) dedicated total lifecycle sustainment activity that provides the SOF community with rapid, responsive, and cost-effective global logistics support services. PEO SOFSA provides a broad spectrum of logistical support services utilizing three Core Competencies: 1) Streamlined Design and Rapid Prototyping, 2) Production, Modification, and Integration, and 3) Lifecycle Sustainment Activities across all SOF platforms and programs. Some of the specific activities conducted by PEO SOFSA include dedicated supply chain management and maintenance for SOF peculiar (SOF-P) systems and equipment; aviation, ground, and maritime platform integration, modifications, and sustainment; and expeditionary field support services worldwide. The SOF GLSS 2 requirement will provide those logistical support services utilizing the three Core Competencies.

PEO SOFSA is located at Bluegrass Station, Lexington, Kentucky and is one of eight (8) Program Executive Offices within the Special Operations Forces Acquisition, Technology, and Logistics (SOF AT&L), headquartered at MacDill Air Force Base in Tampa, Florida.

Other GLSS 2 facilities, personnel, and equipment are located in strategic areas both within the Continental United States (CONUS) and Outside the Continental United States (OCONUS). The current contract provides flexible and responsive logistics support services to fulfill the challenging logistics readiness requirements of USSOCOM.

Contractors responding are hereby notified that participation will not ensure participation in a future solicitation or contract award. The Government will not reimburse participants for any expenses associated with their participation in the DRAFT RFP. This is not a solicitation for proposals; no contract shall be awarded from this announcement. Nothing shall be construed herein to commit or obligate the Government to further action as a result of this research. No entitlements to payment of direct or indirect costs or charges to the Government will arise as a result of contractor submission of responses. Any information provided by industry to the Government as a result of this notice is strictly voluntary.  

Instructions:

This is NOT a solicitation.  Proposals are NOT requested, and the Government is NOT accepting proposals at this time. This DRAFT RFP and its attachments are posted for industry review and are subject to change prior to their official release. The purpose of the release of these draft documents is to facilitate an improved understanding of the Government requirements and to obtain industry feedback. 

Communications with anyone other than the Contracting Officer and Contract Specialist are prohibited. Those contractors interested in proposing as a prime contractor or teaming with a prime contractor on this effort and desiring to provide value added feedback on the draft RFP must submit written questions regarding the draft documents using the Excel document provided, “RFP Att 12 QnA Template”, in accordance with Section L.0.4 Questions. Please provide suggested edits and comments utilizing the track changes and review features via Microsoft Word directly in the draft RFP documents where possible and utilize RFP Attachment 12, Q&A Template to summarize all comments and questions.

When submitting questions/comments/concerns please do not include an overview of your company/business, please do not restate how your company/business can complete the task differently or better. Please submit only questions/comments to help the Government enhance the RFP or DRAFT documents posted.

The Government desires feedback specifically on the following DRAFT RFP sections:

  1. Attachment 1, PWS
  2. Attachment 10, Enterprise Cost Worksheet
  3. Attachments 05, 07, 09 Representative Task Order SOO’s
  4. Attachments 11a, 11b, 11c Representative Task Order Cost Worksheets
  5. Section H unique clauses and post award processes
  6. Sections L and M
    1. Do the requirements in Section L clearly articulate what is being requested?
    2. Is it evident what capabilities are most important to the Government, which will be the focus of the trade-off decision?
    3. Considering the Government's goals and objectives provided as part of the excerpts from the approved Acquisition Strategy briefing (provided in SAM posting) and the requirements outlined in the PWS, do you feel these sections focus on the right capabilities to achieve both the desired objectives and requirements of the PWS?
    4. What are your comments/questions regarding the Supply Chain Risk Management Plan and Data Management Plan requirements outlined in Sections L.5.3 and L.5.4?

The Government welcomes comments/questions on any other sections of the DRAFT RFP.

Industry Day:

The Government intends to conduct an Industry Day on approximately 6 and 7 August 2025. The location, format, and agenda of this event are still being coordinated, and more details will be provided as they are available. The Government intends to provide responses to DRAFT RFP questions before the event. In order to accomplish this, questions must be received by 16 July 2025 (IAW L.0.4).

Controlled Document Access:

This draft solicitation contains the DFARS clause 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls. To access Controlled Documents:

Submit approved DD Form 2345 via email to the Contracting Officer at [email protected]  and the Contract Specialist at [email protected]. The request shall include the applicable solicitation number, and a copy of current, approved DD Form 2345. any controlled data is subject to applicable data rights. 

The form, including instructions for completing the form, is available at https://www.esd.whs.mil/Directives/forms/ or https://www.esd.whs.mil/Portals/54/Documents/DD/forms/dd/dd2345.pdf.  The Government is not responsible for incomplete, misdirected, or untimely requests.

Ensure your company is registered on the Joint Certification Program (JCP) website at https://www.dla.mil/Logistics-Operations/Services/JCP/. If assistance is needed with JCP, the Help phone number is 1-877-352-2255. 

Once steps 1) and 2) above are completed, the DATA CUSTODIAN listed in DD Form 2345 Block 3 should request access to Controlled documents provided on www.SAM.gov under this draft RFP. All other requesters will be rejected. If assistance is needed with www.SAM.gov, the Help phone number is 1-866-606-8220.