Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 07, 2025 SAM #8747
SOURCES SOUGHT

U -- US Army Special Operations Instructional Support Services

Notice Date
11/5/2025 5:46:24 AM
 
Notice Type
Sources Sought
 
NAICS
611710 — Educational Support Services
 
Contracting Office
HQ USASOC CONTRACTING FORT BRAGG NC 28310-5200 USA
 
ZIP Code
28310-5200
 
Solicitation Number
FY26_SWCS_ISS
 
Response Due
12/9/2025 7:00:00 AM
 
Archive Date
12/24/2025
 
Point of Contact
Maegan Castro, Justin Burke
 
E-Mail Address
maegan.n.castro.civ@socom.mil, justin.burke@socom.mil
(maegan.n.castro.civ@socom.mil, justin.burke@socom.mil)
 
Description
THIS IS NOT A NOTICE OF SOLICITATION ISSUANCE, BUT RATHER A REQUEST FOR INFORMATION (RFI) from industry that will allow the Government to identify interested sources capable of meeting the requirement. The information sought is for planning purposes only and shall not be construed as a request for quote (RFQ), request for proposal (RFP), invitation for bid (IFB), or as an obligation or commitment on the part of the Government to acquire any product or service. There shall be no basis for claims against the Government as a result of information submitted in response to the RFI. The Government does not intend to award a contract on the basis of this RFI, or otherwise pay for any information submitted by respondents to this request. This notice is for market research purposes only and is not indicative of a full requirement. Should a requirement arise, the full requirement will be detailed in the solicitation. See the attached Draft Performance Work Statement (PWS). The anticipated period of performance will be for a 12-month base period and four (4) 12-month option periods. The anticipated base period includes a 30-day phase-in. The anticipated NAICS code is 611710 �Educational Support Services� with a size standard of $24 million dollars. Documentation provided must address all required elements listed. Providing only a reference to a website is unacceptable for purposes of this announcement and will not be considered. All proprietary or corporate data received shall be clearly identified and will be protected from release to sources outside the Government. Do NOT submit classified material. Contractors interested in providing these services, should be registered in the System for Award Management (www.sam.gov). Contractors responding to this RFI are asked to provide the following information: 1. Company�s full name and address, and Point of Contact information 2. Unique Entity Identifier (UEI) 3. Business size (whether large, small, small-disadvantaged, 8(a), HUB Zone, women-owned, Service-Disabled Veteran Owned Small Business, historically black college or university, and/or minority service institute). - Please also advise the Government of pending changes in the business size status, if applicable. 4. Facility Clearance Level (FCL) 5. A brief Statement of Capability (no more than 15 pages); which responds to the following question and demonstrates the ability to meet the requirements specified in the Draft PWS. - Question 1: What is your company�s experience providing training support services to Special Operations Forces (SOF) elements across the Department of War (DoW) or other federal agencies? - Question 2: What is your company�s recruitment and retention strategy as it relates to SOF specialized instructors, role-players, and training support personnel? - Question 3: What is your company�s experience with similarly sized contracts? Briefly describe your contract management strategy. - Question 4: What type of contract/CLIN structure does your company recommend for a positive outcome for both Industry and the Government? No requests for capability briefings will be honored as a result of this notice. Information provided will not be used as a part of any subsequent solicitation requirement. Interested sources who submit data are responsible for appropriately marking information if it is proprietary in nature. No feedback will be provided regarding individual capability statements. No reimbursements will be made for any costs associated with providing information in response to this announcement and/or any follow-up information requests. Capability Statements/responses are due no later than Tuesday, 09 December, 2025 at 10:00 AM EST. Please email responses to Maegan Castro at maegan.n.castro.civ@socom.mil and Justin Burke at justin.burke@socom.mil. Reference �Sources Sought � SWCS ISS� in the subject line. Failure to respond to this RFI does not preclude participation in any future associated requests for quotations that may be issued. However, any potential small business set-asides will be based upon the feedback received. Respondents will NOT be individually notified of the results. However, if the final determination results in the verification of a sole-source negotiation, a Notice of Intent to Sole Source and the redacted Justification and Approval will be posted to www.sam.gov. For information regarding this notice, contact Maegan Castro at the email address listed above. Respondents are cautioned that due to file size limitation and email security protocols, there is a risk that not all correspondence will be received by this office. It is the interested parties� responsibility to ensure receipt of all email correspondence. If receipt has not be acknowledged within 24 hours, please contact the Contracting Office at 910-432-7688.
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/b7f64f33a90640c9b5bdcd2debb6dad6/view)
 
Place of Performance
Address: Fort Bragg, NC 28310, USA
Zip Code: 28310
Country: USA
 
Record
SN07636307-F 20251107/251105230042 (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.