- Gap review, remediation roadmap, and implementation support
- Policy package, evidence mapping, and submission prep
- Designed for primes and subs across non-tech and tech work
Special Operations Forces Medical Technician (SOFAMT) Training
Solicitation from US SPECIAL OPERATIONS COMMAND (USSOCOM) • DEPT OF DEFENSE. Place of performance: NC. Response deadline: Mar 19, 2026. Industry: NAICS 611699 • PSC U009.
CMMC support options for this DoD solicitation
As DoD CMMC rollout expands, approximately 80%+ of DoD solicitations are expected to include cybersecurity/CMMC requirements, including many non-tech scopes.
- Structured checklist, AI guidance, and progress tracking
- Build evidence and controls with clearer next-step workflows
- Ideal for teams that want speed plus affordability
Market snapshot
Awarded-market signal for NAICS 611699 (last 12 months), benchmarked to sector 61.
Related hubs & trends
Navigate the lattice: hubs for browsing, trends for pricing signals.
Applicable Wage Determinations
SAM WDOL references matched to this opportunity's location and scope language.
View more for this contract3 more WD matches and 23 more rate previews.↓
Point of Contact
Agency & Office
More in NAICS 611699
Description
The contractor shall provide all personnel, equipment, supplies, transportation, tools, materials, and any other items or non-personal services necessary to perform SOFACC instruction as defined in this Performance Work Statement, except for those items specified as government furnished property and services. The contractor shall perform to the standards in this contract.
Please see attached PWS for specific tasks associated with this requirement.
Period of Performance: 23 MARCH 2026 - 22 MARCH 2027 with 4 Option Periods
Key Requirements Include:
Phase 1 Distance Learning (DL): The contractor shall provide computer-based distance learning instruction to students in NREMT-B, PHTLS and AMLS which will satisfy required didactic hours and prepare them for the rigorous classroom instruction and national testing IAW PWS Section 1.4.2.
Phase 2 Residence: This phase will be conducted on-site at Government provided facilities on Fort Bragg, NC. The Contractor provides POI’s to satisfy requirements for NREMT-B. AMLS, PHTLS and TCCC tier III. This training will include battlefield, disease and non-battle injury (DNBI) -centric medical scenarios requiring students to demonstrate competency in the treatment modalities consistent with the scopes of practice for a SOFAMT IAW PWS Section 1.4.3.
CULEX: This Contract Line Item Number (CLIN) will be utilized if the 1st SFC (A) GX SOFACC cadre led Culmination Exercise (CULEX) is unable to occur, providing SOFACC students with the opportunity to apply their skills in a simulated Irregular Warfare (IW) environment. If selected, this CLIN is to be finalized at least one quarter (three months) prior to training. The contractor will be prepared to plan, coordinate, manage and execute a CULEX without government assistance.1st SFC (A), GX, SOFACC Cadre will work with the contractor to plan, develop and execute the CLIN IAW PWS Section 1.4.4.
Refresher Distance Learning (DL): This Contract Line-Item Number (CLIN) will provide a one-week NREMT-B DL refresher course. This refresher course will occur up to five times per fiscal year. Each refresher course will facilitate up to 20 DL students in a virtual classroom format, supported by at least four hours of live instruction, answering questions and classroom facilitation by a qualified instructor. This refresher course can run in conjunction with or independent of the SOFACC course IAW PWS Section 1.4.5.
This Request for Quote (RFQ) is being issued using Simplified Acquisition Procedures under the authority of Federal Acquisition Regulation (FAR) Part 13. This requirement will be awarded as a firm-fixed-price (FFP) IDIQ type contract. This requirement is set aside 100% for small business.
The award will be made to the responsible offeror whose quote represents the best value to the government. This will be a Best Value decision considering the following factors, listed in descending order of importance:
Factor 1: Technical Acceptability
Factor 2: Price
Factor 3: Past Performance
The Government reserves the right to award to a higher-priced offeror if it is determined that the technical superiority of their quote warrants the additional cost.
Instructions for Interested Parties:
*Please see attached PWS for specific tasks associated with this requirement.*
All questions regarding this solicitation must be submitted in writing to the Points of Contact. The deadline for receipt of questions is March 10, 2026 at 4:00 PM EST. Responses to questions and a Solicitation amendment will be post by March 12, 2026 at 3:00 PM EST.
Please use attached Questions and Answers format for requesting information regarding this solicitation. Questions not submitted using the provided form will not be answered.
POCs:
SSG Smith, Saisha at Saisha.a.smith.mil@socom.mil
SSG Tinoco, Ramneek at ramneek.s.tinoco.mil@socom.mil
SFC Modlin, Jeffery at jeffery.s.modlin.mil@socom.mil
CPT Wisniewski, Dereck at dereck.c.wisniewski.mil@socom.mil
12MAR2026: H92421-26-Q-E0021 Amendment 001
The purpose of this amendment is to provide an updated PWS, amended solicitation, and responses to questions.
See below documents for updated final information:
1. Solicitation Amendment H9242126QE0210001 SF 30
2. Conformed Solicitation - H9242126QE0210001
3. H9242126QE021 PWS Amendment 001
4. H9242126RE021 Responses to Questions Final
No changes to quote due dates. Quotes are due Mar 16, 2026 12:00 pm EST
Solicitation Amendment 0002
The purpose of this amendment is to extend the updated quotes due dates based on Block 14 (Description of Amendment/Modification): the changes in the solicitation. This is required due to not receiving quotes in compliance with the instructions to Offerors. The following changes are:
All CLINS will now be quoted based on students and not courses.
The IDIQ minimum has changed from 1 course to 6 students for CLINS 0001,0002,1001,1002,2001,2002,3001,3002,4001,4002.
The Maximum has changed from 4 courses to 72 students for CLINS 0001,0002,1001,1002,2001,2002,3001,3002,4001,4002.
The minimum has changed from 1 course to 5 students for CLIN 0003,1003,2003,3003,4003.
The maximum has changed from 5 courses to 100 students for CLIN 0003,1003,2003,3003,4003.
See attached H924126QE021 Amend 0002 and H924126QE0210002 Conformed Solicitation for changes
NO Questions and answers
Updated quotes due 19 March 2026 @ 1800 EST
All other terms and conditions remain unchanged
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.