Skip to main content

An official website of the United States government

You have 2 new alerts

HQ USSOCOM SOFTS Support

info alert

Note: There have been new actions to this contract opportunity. To view the most recent action, please click here.

Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information

  • Contract Opportunity Type: Sources Sought (Updated)
  • Updated Published Date: Jun 14, 2023 10:22 am EDT
  • Original Published Date: Jun 09, 2023 04:06 pm EDT
  • Updated Response Date: Jun 23, 2023 05:00 pm EDT
  • Original Response Date: Jun 23, 2023 05:00 pm EDT
  • Inactive Policy: 15 days after response date
  • Updated Inactive Date: Jul 08, 2023
  • Original Inactive Date: Jul 08, 2023
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code:
  • NAICS Code:
    • 541512 - Computer Systems Design Services
  • Place of Performance:
    Tampa , FL 33621
    USA

Description

United States Special Operations Forces (USSOCOM) is conducting market research in accordance with FAR 15.201. THIS IS NOT A REQUEST FOR PROPOSAL (RFP).

The government is still in the early acquisition planning stage and all activities at this time are considered market research. THIS SOURCES SOUGHT NOTICE IS NOT A REQUEST FOR PROPOSAL. As stipulated in FAR 15.201, responses to this notice are not considered offers and cannot be accepted by the Government to form a binding contract. This Sources Sought Notice is not to be construed as a commitment by the Government, nor will the Government pay for the information submitted in response. Respondents will not be notified of the results of any Government assessments. The information received will be utilized to assist in formulating the acquisition strategy. No proprietary, classified, confidential, or sensitive information should be included in your response. Responders are advised that the Government will not pay for any information or administrative cost incurred in response to this announcement and information submitted in response to this Sources Sought will not be returned. The information obtained through this Sources Sought is to obtain market information and capabilities. Responses will assist the Government in determining potential responsible sources and to determine appropriate strategies to meet the Agency's requirements.

REQUIREMENT:

1.0  Introduction: HQ USSOCOM Special Operations Forces Language Office (SOFLO) is seeking information from qualified sources for the acquisition of a Special Operations Forces Teletraining System (SOFTS) Virtual School Platform (VSP) and services. The objective of this contract is to provide foreign language, regional expertise and cultural (LREC) capabilities which are essential to Special Operations Forces (SOF) personnel. The Special Operations Forces Language Office (SOFLO) supports language and cultural training requirements for a minimum of 1,600 SOF students annually. These personnel require initial acquisition training (IAT), sustainment and enhancement training (SET), and pre- deployment language and culture training at various times throughout their careers.

2.0  Contract Type: This contract will be Firm-Fixed Price, to include materials and travel.

3.0  Period of Performance: Contract will include a base period and four option periods.

Option periods will be exercised at the Government’s discretion based on FAR 52.217-9, Option to Extend the Term of the Contract.

4.0  PURPOSE:

REQUESTED INFORMATION – DO NOT SEND COMPANY BROCHURE

1. Capability Statement: Request you submit a Capability Statement that presents your technical capability for providing the SOFTS VSP and support services as it relates to the subject requirements and attached DRAFT Statement of Work (SOW). The Capability Statement shall at the minimum answer the specific questions identified below to identify the technical approach to meet the Government’s requirement as follows:

a. Provide your company’s name, mailing address, CAGE code, DUNS identification number, Point of Contact (POC), telephone number, and email address.

b. Provide your business size status under NAICS code 541512. If you are under the 8(a) program, please identify when you will graduate from the program.

c. Any available vendor contract vehicles (GSA Schedule, GWACs and other related information) as well as the vehicle number, contract numbers, period of performance, type of service provided, etc.

d. Describe your specific and currently operational capabilities of a Virtual School Platform as it relates to the draft SOW.

e. Based on the draft SOW, do you have enough information to provide an accurate proposal? If not, what additional information can the Government provide to assist you in creating a more accurate proposal?

f. Describe other contracts that your company has provided this type of work that is relevant within the last three (3) years.

g. Describe all other information relevant to this RFI.

Questions: Submit any questions you may have with your response no later than the submission date below.

SUBMISSION INSTRUCTIONS:

Submitted responses shall not exceed ten (10) pages in length, single-sided, single-spaced pages, in Microsoft Word or Adobe Acrobat format. This will not include the cover sheet, table of contents or acronym list.

Responses must be unclassified and any proprietary information provided must be marked accordingly. To protect such data, each line or paragraph on the pages containing such data must be specifically identified and marked with a legend similar to the following:

“The following contains proprietary information that (name of Responder) requests not be released to persons outside the Government, except for the purposes of review and evaluation.”

Responses should be submitted to penny.rice@socom.mil or ann.m.burks.civ@socom.mil no later than close of business (5:00 EST), Friday, 23 June 2023.

Contact Information

Contracting Office Address

  • SOF AT & L-KS 7701 TAMPA POINT BOULEVARD
  • TAMPA , FL 33621-5323
  • USA

Primary Point of Contact

Secondary Point of Contact

History