SOLICITATION NOTICE
R -- *DRAFT RFP* - Special Operations Forces (SOF) Global Logistics Support Services II (GLSS2) Contract
- Notice Date
- 9/12/2025 11:38:17 AM
- Notice Type
- Presolicitation
- NAICS
- 561990
— All Other Support Services
- Contracting Office
- PEO-SOFSA LEXINGTON KY 40516-9723 USA
- ZIP Code
- 40516-9723
- Solicitation Number
- H9225425RGLSS2
- Response Due
- 11/14/2025 11:00:00 AM
- Archive Date
- 12/30/2025
- Point of Contact
- Brian C. Hubbs, Michael Geegan
- E-Mail Address
-
Brian.C.Hubbs.civ@socom.mil, Michael.T.Geegan.civ@socom.mil
(Brian.C.Hubbs.civ@socom.mil, Michael.T.Geegan.civ@socom.mil)
- Small Business Set-Aside
- NONE No Set aside used
- Description
- **UPDATE AS OF 12 SEPTEMBER 2025** The purpose of this update is to provide responses to questions submitted by the 03 September deadline, which are now available in the document titled DRFP QnA Responses Rev2. Additionally, the USG has included RFP Att_14 Past Performance Questionnaire as an attachment for your reference. Regarding the timeline for the release of the Request for Proposal (RFP), please note that the RFP may not be issued on Monday, 15 September, as previously anticipated. However, it is scheduled for release within the timeframe of 15 to 19 September. **UPDATE AS OF 28 AUGUST 2025** The purpose of this update serves to provide all remaining revised (Rev1) documents for industry review and feedback. In recognition of the upcoming holiday weekend, the Government has extended the deadline for submitting questions to close of business (COB) 03 September 2025. While all questions will be reviewed, the Government cannot guarantee that responses or updated documents will be posted prior to the release of the final RFP release **UPDATE AS OF 25 AUGUST 2025** The purpose of this update is to provide responses to all questions received and to distribute updated documents for industry feedback. All Question and Answer (Q&A) responses are consolidated within the DRFP QnA Responses Rev1 spreadsheet. This spreadsheet includes two tabs: 01 August Responses: This tab contains all Q&A posted to industry on 01 August. The USG has added a column to indicate updated responses. 25 August Responses: This tab includes all Q&A submitted in advance of industry one-on-one sessions and those addressed verbally during the course of the meetings. Revised Documents: Several documents related to the DRFP have been updated and are designated with the suffix ""Rev1."" Where applicable, these documents are available in two formats: tracked changes and a clean copy. Industry partners are encouraged to review the updated Q&A responses and revised documents carefully. Any further questions should be submitted by 1200 EST 01 September through the contracting team. The Government anticipates releasing the final RFP on 15 September 2025. **UPDATE AS OF 01 AUGUST 2025** The purpose of this update is to provide responses to questions submitted on 16 July via attachment DRFP QnA Responses 20250801. The government will host One-on-One meeting with registered, interested primes on 6 and 7 August. Questions and answers resulting from this event will be posted in the future. **UPDATE 30 July 2025** Due to the volume and substance of the Questions/Comments, the Government requires additional time to provide appropriate responses. Every effort will be made to post the responses to SAM.gov in the next 2-5 days. **UPDATE 24 July 2025** The purpose of this update is to provide details of the Industry Day event mentioned in the original Draft RFP posting on 30 June 2025. The event will be held on 6 and 7 August 2025 in Lexington, KY at the Double Tree Suites by Hilton Hotels at 2601 Richmond Road, Lexington Kentucky 40509. The Government will hold one-on-one sessions with potential prime offerors and their team. Registration for the one-on-one sessions will be limited to those companies that have a Top-Secret Facility Clearance, a Secret level of Safeguarding, and have been granted access to the controlled documents of the Draft RFP on SAM.gov. The purpose of the one-on-one sessions is to allow industry to provide feedback to the Government about the Draft RFP. The Government will post the answers to the questions submitted by the 16 July 25 deadline to SAM.gov by 30 July 2025. Prime offerors should submit additional questions to the Government prior to their scheduled one-on-one session. Other questions may be asked at the one-on-one, but the Government may not be able to answer them at that time. All questions asked, and answers provided, will be subject to recording and reposting to SAM.gov. Please refrain from asking proprietary questions or questions regarding a prime�s specific potential proposal. The Government will not answer these questions. These sessions are not to be marketing/sales demonstrations. The Government requires industry feedback and assistance with how the Draft RFP can be improved. Registration will be limited to those companies that express interest in being a prime on this opportunity and their team. The total amount of participants per team that can attend is ten (10). The potential prime offeror�s data custodian, the person that requested explicit access to the controlled documents in SAM.gov, will be the single point of contact responsible for requesting registration per the instructions below. Registration: Potential prime contractor�s data custodian shall register for the event via email to Brian Hubbs and Michael Geegan NLT 30 July 2025 using the following format: SUBJECT LINE: One-on-One Registration (insert company name) BODY: Provide the full names and associated companies for all attendees. The Government will schedule 1hr time slots and will contact registered companies as soon as possible with their designated time slot. Questions in advance of One-on-Ones: Questions may be submitted via email prior to the subject meetings utilizing Attachment 12 Q&A. Prime offerors should consolidate questions from their team members and submit as one submission to the maximum extent practicable. Questions should be submitted by 3 August 2025. As a reminder, the answers to previously submitted questions will be available NLT 30 July 2025. SUBJECT LINE: One-on-One Questions (insert company name) **UPDATE 10 July 2025** The purpose of this update is to add 1 missing attachment. **UPDATE 9 July 2025** The purpose of this update is to make clear the Government�s current schedule up to receipt of proposals, add attachments listed in �GLSS2 Attachment List� and then update that document to GLSS2 Attachment List Rev1� to correct naming discrepancies and account for documents that were not uploaded. The Government requests that questions, comments, suggestions, and concerns with the Draft RFP be submitted by 16 July 2025. The Government intends on making any required changes to the Draft RFP and potentially release the final RFP on/around 15 September 2025 with a due date of NLT 14 November 2025 (IAW with Draft RFP Section L.0.2). In the original posting from 30 June 2025, the document �GLSS2 Attachment List� had several files that were listed but not uploaded and files that were named one thing in the SAM posting but named another in the �GLSS2 Attachment List�. This update corrects those errors and updates the original list to �GLSS2 Attachment List Rev1�. Please see the document, Column G for the exact updates to individual documents. **Update 01 July 2025** The purpose of this update is to provided clearer guidance on controlled document access. ***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, Brian.C.Hubbs.civ@socom.mil Contracting Specialist: Michael Geegan, Michael.T.Geegan.civ@socom.mil 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: Attachment 1, PWS Attachment 10, Enterprise Cost Worksheet Attachments 05, 07, 09 Representative Task Order SOO�s Attachments 11a, 11b, 11c Representative Task Order Cost Worksheets Section H unique clauses and post award processes Sections L and M Do the requirements in Section L clearly articulate what is being requested? Is it evident what capabilities are most important to the Government, which will be the focus of the trade-off decision? 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? 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: To gain access to the documents in www.SAM.gov marked �Controlled�, requesters must first follow the below instructions and submit the approved DD 2345 to the POC�s indicated before access will be granted. Additionally, requesters must have an active www.SAM.gov CAGE code. Only those companies that can be verified by the Government to have a Top Secret Facility Clearance and Secret Level of Safeguarding will be granted access. Submit approved DD Form 2345 via email to the Contracting Officer at Brian.C.Hubbs.civ@socom.mil and the Contract Specialist at Michael.T.Geegan.civ@socom.mil. 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 the approved DD2345 has been submitted, access should then be requested to Controlled documents provided on www.SAM.gov under this draft RFP. If the DATA CUSTODIAN will be different for this particular request, please identify the individual in the email when sending the DD2345 that will submit the www.SAM.gov request for Controlled Document access. If assistance is needed with www.SAM.gov, the Help phone number is 1-866-606-8220.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/fe678e4bed3343038b5b8b6a331c24b4/view)
- Place of Performance
- Address: Lexington, KY 40516, USA
- Zip Code: 40516
- Country: USA
- Zip Code: 40516
- Record
- SN07588846-F 20250914/250912230042 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |