Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 24, 2025 SAM #8703
MODIFICATION

R -- FINAL RFP - Special Operations Forces (SOF) Global Logistics Support Services II (GLSS2) Contract

Notice Date
9/22/2025 7:53:32 AM
 
Notice Type
Solicitation
 
NAICS
561990 — All Other Support Services
 
Contracting Office
PEO-SOFSA LEXINGTON KY 40516-9723 USA
 
ZIP Code
40516-9723
 
Solicitation Number
H92254-25-RE-001
 
Response Due
11/21/2025 11:00:00 AM
 
Archive Date
12/06/2025
 
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
***Request for Proposal (RFP) � 22 September 2025*** Request for Proposal Special Operations Forces � Global Logistics Support Services II (SOF GLSS 2) NAICS Code: 561990 Product or Service Code: R706 Solicitation Number: H92254-25-RE-001 Closing Response Date: 1400EST 21 November 2025 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: United States Special Operations Command intends 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. Instructions: This is a solicitation. Proposals are requested, and the Government will accept them at this time per the instructions of the solicitation. Each offeror intending to submit a proposal in response to this solicitation shall notify the Contracting Officer via e-mail Brian.C.Hubbs.civ@socom.mil and Michael.T.Geegan.civ@socom.mil within 10 days of Request for Proposal (RFP) issuance. Communications with anyone other than the Contracting Officer and Contract Specialist are prohibited. Questions regarding this RFP must be emailed (in writing and using �RFP Att 12, QnA Template IAW Section L.0.4 Questions) and submitted to BOTH POCs. Oral requests (e.g. phone call) for information will be re-directed to provide email correspondence (using the Q&A Template), for documentation purposes. Individual responses to inquiries will not be provided. If it is necessary to include proprietary or source selection sensitive information in the template, it must be marked appropriately as outlined within the Template instructions. All questions and answers will be provided to all potential offerors unless properly marked. Offerors may submit questions at any time; however, questions received after 9 October 2025 may not be answered prior to the solicitation closing date. Controlled Document Access: Interested vendors need to ensure their SAM account has their current Cage Code and correct Vendor information attached to their profile. This 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 within the National Industrial Security System (NISS) to have a Top-Secret Facility Clearance and Secret Level of Safeguarding will be granted access. This precaution has been established to limit the dissemination of sensitive unclassified information and are required for this effort. 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. If you believe information within the NISS to be incorrect or non-current, contact your Defense Counterintelligence Agency (DCSA) Field Office to resolve. 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/d8c39392248941e8b16397a2d1977c5e/view)
 
Place of Performance
Address: Lexington, KY 40516, USA
Zip Code: 40516
Country: USA
 
Record
SN07599327-F 20250924/250922230043 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.