Joint Terminal Attack Controller
Sources Sought from US SPECIAL OPERATIONS COMMAND (USSOCOM) • DEPT OF DEFENSE. Place of performance: NC. Response deadline: Feb 20, 2026. Industry: NAICS 611430 • PSC R408.
Market snapshot
Awarded-market signal for NAICS 611430 (last 12 months), benchmarked to sector 61.
Related hubs & trends
Navigate the lattice: hubs for browsing, trends for pricing signals.
Point of Contact
Agency & Office
More in NAICS 611430
Description
THIS IS A REQUEST FOR INFORMATION (RFI) / SOURCES SOUGHT SYNOPSIS FOR MARKET RESEARCH PURPOSES ONLY. The Marine Corps Forces Special Operations Command (MARFORSOC) Contracting Office is conducting market research to determine availability of companies that can provide Joint Terminal Attack Controller (JTAC)-Instructor/Evaluator (I/E) support the MARFORSOC JTAC program and other Air/Fires mission sets throughout the command as identified in the attached draft Performance Work Statement (PWS). This special notice is for planning and informational purposes only and SHALL NOT be considered as an Invitation for Bid, Request for Quotation, or Request for Proposal. There is no obligation on the part of the Government to acquire any products or services described in this RFI / Sources Sought.
The Government (MARFORSOC) is seeking responses to this RFI / Sources Sought Synopsis from all interested businesses capable of providing the requirements identified in the draft PWS. Small businesses, in all socioeconomic categories (e.g., 8(a) Business Development Program, Historically Underutilized Business Zone, Service-Disabled Veteran-Owned Small Business, Women-Owned Small Business, etc.) are encouraged to identify capabilities in meeting the requirements at fair market prices.
Please provide a summary of your Company capabilities and identify how you meet the requirements. Based on responses received, the Government will determine if a follow-on Request for Proposals (RFP) will be restricted to small businesses and posted for formal responses.
Also, please provide any comments, recommended changes, or questions regarding the SOW. The Government (MARFORSOC) will review and consider any Contractor suggested changes or recommendations, on methods to improve the PWS and/or options to reduce resulting overall contract price and cost, while still achieving the required support.
Note: Performance Work Statement is a draft document and is subject to changes.
The anticipated contract type is FFP/IDIQ. The estimated period of performance shall be for a Base + 4 Option Years.
2. The estimated period of performance:
1 September 2026 - 31 August 2027 (Base)
1 September 2027 - 31 August 2028 (Option 1)
1 September 2028 - 31 August 2029 (Option 2)
1 September 2029 - 31 August 2030 (Option 3)
1 September 2030 - 31 August 2031 (Option 4)
1 September 2031 - 28 February 2032 (Six Mo Ex)
3. Potential NAICS/PSC code for this requirement:
611430, Professional and Management Development Training with a size standard of $15M.
R408, Professional Program Management and Support Services
Request interested Companies responding to this RFI / Sources Sought Synopsis provide, at a minimum, the following information:
- Company Name
- Address
- Point of Contact
- CAGE Code
- Business Size
- Facility Clearance (FCL) Information (if applicable)
- Phone Number
- Email Address
- Relevant experience providing similar support to MARSOC or equivalent military organization.
- Recommendations on contract vehicles/sources to support this requirement
Contractors shall submit a response (not to exceed 5 pages) that demonstrates their capability to address the requirement.
Questions regarding this RFI / Sources Sought announcement shall be submitted by 12:00PM Eastern Standard Time (EST) on 13 February 2026. After this deadline, questions will not be considered regarding this announcement.
The RFI / Sources Sought responses must be received by 12:00PM EST on 20 February 2026. Late submissions will not be considered.
Interested vendors are encouraged to review the information requested above carefully, along with the attached draft PWS, and ensure a complete response for thorough consideration. Companies are highly encouraged to submit a capabilities statement that contains tailored responses to questions rather than a generic capability statement to ensure the needed information is provided. The Government will not respond to Companies that do not follow the submission instructions in this notice.
Submit your questions and responses via email to the following: Mr. Samuel Williams, at samuel.williams1@socom.mil and Mrs. Spenser Gagnon at spenser.e.gagnon.civ@socom.mil.
The attached PWS is restricted. Interested vendors must submit a request to access the PWS through SAM.gov. Consult the sam.gov user guide for instructions at the link below: https://www.fsd.gov/gsafsd_sp/en/how-do-i-request-access-to-a-restricted-attachment-on-a-contract?ys_kb_id=ab18146f87513610591d0e56cebb359b&id=kb_article_view&sysparm_rank=1&sysparm_tsqueryId=9013a5bd87a67610591d0e56cebb353c
Files
Files size/type shown when available.
BidPulsar Analysis
A practical, capture-style breakdown of fit, requirements, risks, and next steps.
FAQ
How do I use the Market Snapshot?
It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.
Is the data live?
The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.
What do P10 and P90 mean?
P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.