Skip to content
Department of Defense

USSOCOM SOF AT&L INNOVATIVE TECHNOLOGY AND AGILE ACQUISITION, Commercial Solutions Opening (CSO)

Solicitation: USSOCOM_SOFATL_CSO
Notice ID: b57eb3bbc1ba48fcb528ecff95240f91
TypeSpecial NoticeDepartmentDepartment of DefenseStateFLPostedFeb 24, 2026, 12:00 AM UTCDueMar 10, 2026, 08:30 PM UTCCloses in 12 days

Special Notice from DEPT OF DEFENSE • DEPT OF DEFENSE. Place of performance: FL. Response deadline: Mar 10, 2026.

DoD CMMC Readiness
Modern compliance support by Federal Bid Partners

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.

Done-for-you service
CMMC start-to-finish with FBP
$2,000
Registered Practitioner logo
Guided by a Registered Practitioner with practical DoD workflow support.
  • 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
Start CMMC with Federal Bid Partners →
AI-powered application
CMMC Pulsar™ start-to-finish
$399
CMMC Pulsar logo
First-of-its-kind CMMC Pulsar™ app to run your CMMC workflow with AI assistance.
  • Structured checklist, AI guidance, and progress tracking
  • Build evidence and controls with clearer next-step workflows
  • Ideal for teams that want speed plus affordability
Open CMMC Pulsar™ →
Solicitation context: USSOCOM_SOFATL_CSO. Requirements vary by acquisition and contract type; COTS-only exceptions may apply.

Market snapshot

Awarded-market signal for this department (last 12 months).

12-month awarded value
$5,897,355,531,312
Sector total $5,897,355,531,312 • Share 100.0%
Live
Median
$107,318
P10–P90
$29,880$824,176
Volatility
Volatile200%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
100.0%
share
Momentum (last 3 vs prior 3 buckets)
+1019036%($5,896,166,594,535)
Deal sizing
$107,318 median
Use as a pricing centerline.
Live signal is computed from awarded notices already observed in the system.
Signals shown are descriptive of observed awards; not a forecast.

Related hubs & trends

Navigate the lattice: hubs for browsing, trends for pricing signals.

We write these bids →
Open on SAM.gov →
Map for FL
Live POP
Place of performance
Tampa, Florida • United States
State: FL
Contracting office
Not listed

Point of Contact

Name
Ronald Reed
Email
ronald.e.reed.civ@socom.mil
Phone
Not available
Name
James Helmick
Email
james.s.helmick.civ@socom.mil
Phone
Not available

Agency & Office

Department
DEPT OF DEFENSE
Agency
DEPT OF DEFENSE
Subagency
Not available
Office
Not available
Contracting Office Address
Not available

Description

                                            USSOCOM SOF AT&L INNOVATIVE TECHNOLOGY AND AGILE ACQUISITION

                                                                              Commercial Solutions Opening (CSO)

                                                                                                24 February 2026

EXECUTIVE SUMMARY: This CSO is intended to meet the requirements of DFARS 212-70 Commercial Solutions Opening. The intent of this notice is to establish a USSOCOM SOF AT&L CSO that remains open for a period of two (2) years.  The CSO includes a broad enterprise CSO requirement at the parent level and will be refined through subsequent individual CSO calls that will address specific technology interest areas. At the parent level, the scope of the CSO is commensurate with SOF AT&L current and future mission sets.  Each specific call against this CSO may establish a tailored scope with additional AOIs to meet the requirements of that call. Interested vendors may only submit a white paper or solution brief in response to a specific call. Specific calls will have associated open and closing dates.

THE FUTURE OPERATING ENVIRONMENT: U.S. Special Operations Forces (SOF) will increasingly operate in a complex and contested future operating environment (FOE). This environment is defined by "Convergence”. SOF missions will be conducted under the constant threat of surveillance, in communication-degraded or denied areas, and against adversaries with sophisticated military capabilities. To maintain a decisive advantage, the strategic focus is on gaining information dominance and empowering the operator. This will be achieved not by a single technology, but through the seamless integration of systems that accelerate decision-making, reduce cognitive load, and enable tailored lethal and non-lethal effects, all while maintaining tactical invisibility. A high-level requirement across all areas is human and system survivability enabled via signature management and threat defeat mechanisms. Technology priorities emphasize systems that are small, lightweight, rugged, modular, multi-use, low-power, and designed for extreme environment

In order to support rapid fielding of capabilities, SOF AT&L seeks to award FAR and non-FAR contracts and agreements to non-traditional and traditional defense contractors to carry out prototype projects for SOF AT&L that are directly relevant to open architecture and integrability.  As such, under the authority of 10 USC § 3458 and DFARS 212-70, USSOCOM SOF AT&L releases this Commercial Solutions Opening. This CSO may result in an Other Transaction Authority (OTA) or a FAR-based contract.

This Commercial Solutions Opening (CSO) will make awards to proposals for innovative, commercial technologies through multi-phased, competitive processes through February 28, 2028. Awards may include prototypes as well as concept demonstrations, pilots, and agile software development activities that can incrementally improve commercial technologies, existing Government-owned capabilities, or concepts for defense application. Interested vendors should note that all of PEO SDA’s Programs of Record are being managed in accordance with DoDI 5000.87, the software acquisition pathway, for the timely acquisition of custom software capabilities developed for the DoD. Programs will require government and contractor software teams to use modern iterative software development methodologies (e.g., agile or lean), modern tools and techniques (e.g., development, security, and operations (DevSecOps)), and human-centered design processes to iteratively deliver software to meet the users’ priority needs. 

OPEN ARCHITECTURE AND INTEROPABILITY: All proposed solutions, regardless of the capability area, must be built upon a foundation of modularity, interoperability, and open standards. Proposals for closed, proprietary systems that inhibit third-party integration or prevent data portability may be considered non-compliant and at a significant competitive disadvantage. Our strategic intent is to foster a "system of systems" environment, not to procure a collection of siloed capabilities. Offerors must explicitly describe their approach to open architecture, their use of widely accepted standards (e.g., C5ISR/EW Modular Open Suite of Standards (CMOSS), Sensor Open Systems Architecture (SOSA), and how their system enables data, analytics, and components to be portable, scalable, and upgradeable by different vendors. The long-term cost of integration and the freedom from vendor lock-in are elements that will be assessed as part of the evaluation criteria.

AREAS OF INTEREST (AOIs)

AOI I:

Market Research/Creative Development: As USSOCOM S&T addresses the USSOCOM Future Operating Environments, missions sets, and Capabilities and Planning Guidance, in addition to other strategic documents and partner collaboration products, obtaining innovative methods and new capabilities for market research is critical to understand the state of foreign and domestic commercial, academic and government ability to meet SOF concept, capability, and technology interest areas. Additionally, creative products are required to facilitate newcomer onboarding, storytelling, leadership engagement, and better‐informed decision-making in the dynamic SOF environment. It is anticipated that these will come in the form of videos, computer graphics, storyboards, visual art and other media, or other new innovative commercial methods, technologies, or services.

AOI II:

Design Development/Systems Engineering: As USSOCOM S&T agilely and rapidly investigates capabilities to address SOF‐peculiar concepts and missions, disciplined and rigorous engineering and design must be utilized to reduce technical and programmatic risk, as well as improve capacity for eventual transition to Programs Of Record. Submissions should address either innovative commercial items, technologies, or services that aid in design development capabilities (including, but not limited to software development best practices, experimentation, and user experience trials), or systems engineering rigor (interface definition, requirement derivation, system architecture), or both.

AOI III:

Multi‐Domain Test and Evaluation, including Rapid Remodel, Refit and Upgrade of Wargaming and Experimentation Facilities: This AOI is expanded to include the use of virtual environments for software and/or AI/ML validation. The intent is to allow a vendor’s software release to run numerous simulations with various permutations to gain confidence in the virtual world before entering into formal DT. The stretch goal is to validate AI/ML models completely in a virtual environment.

AOI IV:

Rapid Prototyping/Low-Rate Production: Offerors should demonstrate innovative commercial items, technologies, or services that aid in rapidly prototyping or manufacturing small lots (<100) of experimental electronics, chipsets, batteries and other multi‐material experimental prototypes based on task orders from S&T Futures and the Experimentation Force.

AOI V:

Information Dominance & Battlespace Awareness: The primary goal is to achieve persistent, automated, and near-real-time collection, processing, and dissemination of data to enable predictive analysis and superior situational awareness.

Collaborative Autonomy & Uncrewed Systems: Developing and integrating autonomous air, ground, and maritime systems that can work together with minimal human intervention. These systems will share data in real-time to inform their own tasking and positioning, reducing operator burden and decision time. This includes support for autonomous systems with onboard detectors/effectors (which may or may not be autonomous) and the data exchanges between all related systems.

Advanced Sensor Systems: Fielding a wide range of advanced, multi-domain sensors (e.g., EO/IR, LIDAR, RF, Quantum) that are smaller, lighter, open-source, modular, and more power-efficient. The focus is on improving detection, tracking, and identification of targets and threats, including those with low signatures, in any environment, while also integrating legacy sensors into sensor data fusion systems and fielding MOSA-compliant sensors to enable rapid data fusion.

Data Analytics & Machine Learning: Harnessing AI/ML algorithms to rapidly process vast amounts of data from diverse sources at the tactical edge. This enables predictive maintenance, automated target recognition, anomaly detection, and turns raw data into mission-relevant intelligence to accelerate decision-making.

AOI VI:

Multi-Domain Communications & Cyber Operations: To ensure resilient and secure operations across the globe, the focus is on transforming networks and data management for contested electromagnetic spectrums.

Advanced Computing & Edge Processing: Providing powerful, low-power, and platform-agnostic computing capabilities at the tactical edge in mounted (air, land, sea) or dismounted operations. This allows for data processing and analysis in disconnected or communications-denied environments, ensuring continued situational awareness and mission capability.

Assured Positioning, Navigation, and Timing (PNT): Developing and fielding non-GPS and GPS-hardened navigation technologies (e.g., quantum sensors, magnetic anomaly navigation, celestial navigation) to ensure accurate PNT for SOF elements.

Cyber Defense & Security: Developing survivable and resilient cyber defense technologies to protect SOF platforms, networks, and data from both kinetic and non-kinetic cyber-attacks. This includes everything from endpoint security and data-at-rest encryption to AI-driven threat detection and crypto modernization.

Resilient Tactical Networking & Waveforms: Maturing and fielding robust, low probability of intercept/detection (LPI/LPD) communication systems and waveforms. The focus is on creating mesh networks that ensure redundant and reliable Command and Control (C2) and data exchange between crewed systems, uncrewed platforms, and dismounted operators.

AOI VII:

Scalable Precision & Lethality: The objective is to provide operators with a range of effects, from non-kinetic to overmatching lethality, to deny, degrade, disrupt, or destroy adversarial targets and infrastructure.

Directed Energy & Non-Kinetic Effects: Developing directed energy (lasers, high-power microwave) and other non-kinetic systems that can deliver scalable effects on hard and soft targets, offering a wider range of response options with a reduced logistical footprint. Portable power and energy specific to achieving these effects are desired.

Targeting & Weapons System Enhancements: Improving the performance, accuracy, and range of weapon systems through seamless integration of guns, missiles, launchers, and control systems. Integration must include multi-domain communications, metadata dataflow, and edge processing. This includes developing advanced laser designators and seekers to overcome enemy countermeasures and exploring technologies for future long-range, high-speed precision strike capabilities for SOF-peculiar applications.

Tactical Offensive Cyber & Electronic Warfare (EW): Creating operator-portable payloads that can deliver offensive cyber and EW effects to disrupt or disable enemy electronic systems, networks, and communications at the tactical edge.

AOI VIII:

Human-Machine Integration: To optimize warfighter performance and reduce cognitive burden, this area focuses on creating intuitive and effective interactions between operators and increasingly complex systems.

Optimized Interfaces: Designing systems, controls, and displays (including virtual and augmented reality) that are intuitive, safe, and efficient. The goal is to enhance situational awareness and reduce human error by presenting critical information through visual, aural, and haptic feedback.

Natural & Intuitive Control: Developing interfaces that allow for natural control of systems via voice, gesture, or other intuitive means. This reduces training time, accelerates the decision-to-action cycle, and optimizes command and control of autonomous systems.

Artificial Intelligence: Deploying artificial intelligence agents in communications headsets to reduce the cognitive load and increase the capability of the operator.

AOI IX:

Advanced Engineering, Mobility & Logistics: The focus is on accelerating the development, fielding, and sustainment of new capabilities, especially in contested environments.

Digital Engineering & Prototyping: Using model-based systems engineering, simulations, and virtual environments ("digital twins") to design, test, and refine systems before they are physically built. This allows for rapid iteration and faster delivery of capabilities.

Advanced Manufacturing: Leveraging technologies like 3D printing, robotics, and advanced materials (nanotechnology, biomaterials) to create lighter, stronger components and enable on-demand manufacturing and repair of equipment at the point of need.

Next-Generation Mobility and Logistics: Developing next-generation mobility for air, ground, and sea platforms. This includes autonomous multi-domain platforms for resupply, along with developments in power generation, mobility-specific signature management and counter-telematics, lethality and survivability upgrades, and networking mounted capabilities within the SOF data ecosystem in both manned and unmanned environments.

AOI X: SOF Operator Performance & Sustainment:

Advanced Protection: Advanced body armor (body-worn and head protection) that provides superior capability through increased ballistic protection and body coverage, while reducing weight, thickness, and thermal load. Must possess the ability to defeat armor-piercing ammunition and reduce strike energy to a survivable level. Includes advanced non-destructive inspection techniques for armor.

Active and/or Passive Heating and Cooling: The ability to maintain individual core and extremity temperature against extreme environments during SOF operations (e.g., military free fall, land/maritime operations). Solutions should be lightweight, non-interfering, and may also apply to maintaining the temperature of battlefield casualties.

Prolonged Field Care: Medical capabilities for far-forward care to reduce mortality and morbidity from battlefield wounds, injuries, and diseases. Focus on novel treatments, pharmaceuticals, biologics, and field-sustainable medical devices to manage 3-5 patients for a minimum of 5-7 days when evacuation is delayed or unavailable, including austere/forward surgery.

Concealment and Signature Management: Technologies that enable the SOF operator to remain undetected before and during an engagement. Also, technologies that prevent the enemy from locating or targeting the operator once actively engaged.

Special Mission Equipment: Advanced technologies for vertical and maritime access, precision aerial delivery of personnel and cargo, and enhanced individual and team survivability to ensure SOF operators can infiltrate, operate in, and exfiltrate from denied or complex environments.

AOI XI: Power & Energy:

SOF Peculiar Power & Energy Systems: Developing and maturing novel propulsion and energy technologies (e.g., high-efficiency engines, hybrid-electric systems, fuel cells, advanced batteries) at all technology readiness levels. The goal is to develop systems that drastically increase endurance, reduce acoustic and thermal signatures, and minimize the logistical footprint for fixed-wing, uncrewed, and dismounted platforms.

Novel Advanced Power Solutions for Dismounted SOF: Small, lightweight, and portable capabilities to efficiently scavenge power from found/carried energy sources and efficiently convert it to transportable batteries.

Small/Lightweight/Manpack Advanced Power for Dismounted SOF: A man-packable power generation and management capability for dismounted SOF Operators and medical support operations in a global environment.

AOI XII: Subsea & Seabed Warfare: An area of interest focused on developing and leveraging capabilities for dominance in the subsea and seabed domains. This includes technologies for underwater sensing, communication, navigation, and effects delivery in a highly contested environment.

                                                                                               CALL CSO-001

                                                   SPECIAL OPERATION FORCES – RAPID ACQUISITION COSORTIUM

                                                                     FOR EMERGING REQUIREMENTS (SOF-RACER)

                                                   Proposals for call CSO-001 SOF-RACER accepted through 10 March 2026

United States Special Operations Command (USSOCOM) Special Operations Force (SOF) Acquisition, Technology, and Logistics (AT&L) seeks to award an Other Transaction Agreement to a Commercial Consortium Management firm who demonstrates innovative solutions and relevant expertise in managing consortia that include AOIs I - XII from the initial USSOCOM SOF AT&L Innovative Technology and Agile Acquisition Commercial Solutions Opening (CSO) dated 24 February 2026.

Note: As new technology focus areas are identified by government stakeholders, additional AOIs may be added to this announcement. The government may request subsequent white papers under this call for a period of three (3) months or longer if extended via amendment to this posting. 

USSOCOM SOF AT&L Other Transaction Consortium Management CSO Guidance

1. INTRODUCTION:

1.1 The United States Special Operations Command (USSOCOM) Special Operations Forces Acquisition, Technology, and Logistics Center (SOF AT&L) requires innovative technological solutions to address current and future Special Operations Forces unique gaps, needs, and requirements. SOF AT&L’s intent is to competitively establish an Other Transaction (OT) agreement with a single Consortium Manager (CM), a legal entity whose members will be comprised entities who are eligible for award of an OT in accordance with (IAW) the requirements of 10 U.S.C. § 4022 . A single CM firm will be awarded the Base OT Agreement on behalf of the Consortium. The CM will manage the operations of the Consortium, and prototype projects will be awarded to the CM as the entity authorized to represent the Consortium member or team proposing the project.

Objectives of establishing the Base OT Agreement with the CM (on behalf of the Consortium) include: 1) minimizing barriers to entry for small businesses and non-traditional vendors to work with the Government and to identify and realize teaming opportunities among entities to promote integrated research and prototyping efficiencies; 2) facilitating proposal development; and (3) reducing the cost of prototype development; (4) maximizing value of government expenditures and achieving administrative cost minimization.

Following selection of the Consortium by the Government, and upon execution of the Base OT Agreement, the CM will be responsible for further building membership by attracting, retaining, and mentoring members to prepare them to compete for forthcoming prototype projects that will be solicited by SOF AT&L. The CM will work with SOF AT&L and its Partnership Intermediary Agreement partner(s) to ensure the SOF developed ecosystem is incorporated into the consortium membership. The CM will also be expected to aid in building teaming arrangements among consortium members, as needed, to best meet the requirements of individual projects.

Competing the Base OT Agreement, as well as competing each of the ensuing prototype projects among the consortium membership, will also satisfy the requirements of the authority granted in 10 U.S.C. § 4022(f) that permit the streamlining of potential future follow-on production awards resulting from successful prototype projects. The announcement of ensuing prototype projects among the consortium membership may take various forms including non-CSO announcements for OTs. 

1.1.1 Phase I: Initially, consortium management innovative solutions will be sought under certain technology areas, or industry sectors, characterized by Areas of Interest (AOI) in accordance with 803 of the National Defense Authorization Act (NDAA) for Fiscal Year (FY) 2022 (Pub. L. 117-81). Initial consortium management innovative solutions submissions against these AOIs will be requested as Solution Briefs (SB) mainly in the form of a White Paper (WP). A team of Government personnel who are subject matter experts for the given AOI will evaluate each submission independently for potential to address capability gaps within the AOIs for advancement to Phase II. Each individual AOI will be evaluated in accordance with the evaluation criteria found in paragraph 2.4.2, below. The government reserves the right to none, portions of, or complete solutions proposed. The Government may elect to proceed directly to Phase III after a successful Phase I evaluation.

1.1.2 Phase II: If a Phase II evaluation is necessary, the Government will host Phase II invitees at one of its facilities wherein each offeror will have an amount of time to pitch/demonstrate its proposed solution to the Government evaluation panel and hold any discussions necessary for evaluation.

Discussions may continue outside of the pitch/demonstration session. Participation in Phase II will be

entirely at the offeror’s expense. Favorably evaluated pitches will receive a Request for Prototype Proposal (RPP) that marks the beginning of Phase III. Note, Phase II is optional for this CSO process, and may not always be conducted for subsequent CSO calls against this announcement, or may not be required for every successful Phase I submission.

1.1.3 Phase III: The Government will only advance companies to Phase III if it intends to solicit a detailed cost or price proposal from that company. Companies selected for Phase III will be evaluated strictly in accordance with the evaluation factors and processes outlined in the resulting Request for Prototype Proposal (RPP). Advancing to Phase III does not guarantee an award.

2. GUIDELINES FOR SOLUTION BRIEFS, PITCHES, AND PROPOSALS:

2.1 The purpose of the Solution Brief is to identify innovative solutions and narrow focus areas to exclude potential management concepts on the part of Offerors whose proposed work may not be of interest to the Government. Offerors are encouraged to follow the instructions detailed below. Solution briefs should specifically address each AOI. The Government aims to provide an evaluation response no later than 15 days after receipt of a Solution Brief.

2.2 Submissions will not be returned. The original of each submission received will be retained by the USSOCOM SOFAT&L S&T team and all other non‐required copies destroyed.

2.3 Guidelines for Solution Brief Submissions:

2.3.1 Costs of preparing and submitting solution briefs are at the Offerors’ expense.
2.3.2 Unnecessarily elaborate brochures or proposals are not desired.
2.3.3 Use of a diagram(s) or figure(s) to depict the proposed solution is strongly encouraged.
2.3.4 The period of performance for any solution brief or proposal submitted under this CSO
should generally be no greater than 36 months, but be prepared to support options to extend.
2.3.5 Technical data with military application may require appropriate approval, authorization, or license for lawful exportation.
2.3.6 All solution briefs shall be unclassified. Solution briefs containing data that is not to be disclosed to the public for any purpose or used by the Government except for evaluation purposes shall include the following notice on the cover page:
This solution brief includes data that shall not be disclosed outside the Government, except to contractor support services personnel for evaluation purposes, and shall not be duplicated, used, or disclosed ‐‐ in whole or in part ‐‐ for any purpose other than to evaluate this submission. If, however, an agreement is awarded to this Offeror as a result of ‐‐ or in connection with ‐‐ the submission of this data, the Government shall have the right to duplicate, use, or disclose the data to the extent agreed upon by both parties in the resulting agreement. This restriction does not limit the Government's right to use information contained in this data if it is obtained from another source without restriction. The data subject to this restriction are contained in sheets [insert numbers or other identification of sheets]”

Each restricted data sheet should be marked as follows:

“Use or disclosure of data contained on this sheet is subject to the restriction on the title page of this

proposal.”

2.3.7 Foreign‐Owned businesses may submit a proposal alone or through some form of teaming arrangement with one or more United States‐owned businesses. However, the ability to obtain an agreement based upon a submission may depend upon the ability of the Foreign Owned business to obtain necessary export clearances and approvals to obtain AOI information.

2.3.8 Questions regarding the objectives or preparation of the solution brief should be addressed to:

Mr. Ronald Reed – Ronald.e.reed.civ@socom.mil

Mr. James Helmick – james.s.helmick.civ@socom.mil

Mr. Vincent L. Seiferd – Vincent.seiferd@socom.mil

2.3.9 Submissions must be submitted electronically to the individuals listed below:

Mr. Ronald Reed – Ronald.e.reed.civ@socom.mil

Mr. James Helmick – james.s.helmick.civ@socom.mil

Mr. Vincent L. Seiferd – Vincent.seiferd@socom.mil

2.4 Solution Brief Preparation and Evaluation: Submitter’s solution brief should not exceed ten (10)

pages using double spaced twelve (12)‐point font. Alternatively, solution briefs may take the form of slides, which should not exceed ten (10) slides. These limits are not requirements, but strong recommendations.

2.4.1 Solution Brief Content:

• Title Page (does not count against page limit) – Offeror Name, Title, Date, Point of Contact Name, Email Address, Phone, and Address

• Executive Summary (one page) ‐ Provide an executive summary of the consortium management concept.

• Capability Concept: Describe the unique aspects of your capability and the proposed work as it relates to the AOIs. Identify whether the effort includes the pilot or demonstration of existing commercial consortium management concepts (identified as commercially ready and viable) or the development of consortium management concepts for potential commercial or defense application. If development or adaptation is proposed, identify a suggested path to mature the concept. Explain how the concept, process, or method, including research and development, or application is innovative (i.e., new as of the date of proposal submission.)

• Previous work with USSOCOM SOF AT&L or similar organization, specifically with the Science and Technology Directorate (S&T), or similar customer.

• Offeror Viability: Provide a brief overview of the offeror. Provide a summary of current consortium management contracts and/or agreements.

2.4.2 Solution Brief Basis of Evaluation: Individual solution briefs will be evaluated through panel review without regard to other submissions received under this announcement, with the primary evaluation factors for selecting proposals for award as technical, importance to agency programs, and funding availability. Subfactors for relevant factors are further explained below in the following criteria:

• Technical

o Management of the Consortium

o Marketing and Recruitment Strategy

o Innovation – degree to which the proposed solution provides an innovative, unique and/or previously under‐utilized approach

• Importance to agency programs

o Relevance ‐ how the proposed solution relates to the AOIs

o Past Performance relevant to SOF AT&L AOIs

o Business Viability – strength of the offeror and commercial viability of the proposed solution. (The Government may elect to use external market research in the evaluation of an offeror’s viability.)

• Affordability

o Cost, price, and budgetary considerations

2.4.3 After evaluating a solution brief, the Government may elect to invite an Offeror to pitch and/or demonstrate their technology in person or request additional information from the offerors. The Government reserves the right to move to award without prior pitch and/or demonstration.

2.5 Pitch and/or Demonstration Content: The pitch and/or demonstration should provide more details on the technical merit and business viability of the proposed solution submitted in the Solution Brief. Regardless of format, the pitch and/or demonstration must also address:

  • Rough Order of Magnitude for consortium fee calculation
  • Prototype: State how this effort constitutes a prototype
  • Data Rights and Intellectual Property Assertions.
  • Proposed novel consortium management concept
  • Proven success with consortium management processes
  • The Government may request additional information outside of the pitch/demonstration

2.6 Pitch and/or Demonstration Basis of Evaluation: Individual pitch and/or demonstration will be evaluated without regard to other presentations under this announcement with the primary evaluation factors for selecting proposals for award as technical, importance to agency programs, and funds availability. Pitch and/or Demonstration evaluations will be made on IAW evaluation factors in Paragraph 2.4.2.

2.7 The Government will aim to complete Phase II evaluations and offeror notification within 15 calendar days of the pitch/demonstration and/or receipt of additional requested information. All companies will receive Phase II notification, however, only favorably evaluated solution briefs or pitches/demonstrations will enter Phase III of the CSO process and receive a Request for Prototype Proposal (RPP).

2.8 Proposal Preparation: RPPs will include preparation instructions for Prototype Proposals.

3. CONTRACT AWARD:

3.1 Only Warranted Contracting Officers and Agreements Officers may obligate the Government and issue awards for Procurement Contracts, Other Transaction Agreements (OTA), or Agreements. 

3.2 Awards made under this CSO will be primarily Firm Fixed‐Price contracts or Other Transaction Agreements (OTA) under 10 U.S.C 4022 for Prototypes Projects with potential follow‐on noncompetitive Production Agreements IAW 10 U.S.C 4022(f), 10 U.S.C 4022 Consortium Prototype OTAs with potential follow‐on noncompetitive Production Agreements IAW 10 U.S.C 4022(f), 10 U.S.C. 4023 OTA for experimental purposes, 15 U.S.C. 3715 Partnership Intermediary Agreements, or traditional FAR contracts. Ultimately, appropriate contract type will be determined during Phase III and may include types other than Firm Fixed‐Price.

3.3 In the event an OTA is awarded under 10 U.S.C 4022 for a Prototype Project, a follow‐on production agreement may be awarded to the Prototype Project recipient in a non‐competitive manner based on completion of success criteria developed in the Prototype Project. The resulting OTA may include more than one prototype project. Non‐completion of one or more prototype project(s) does not limit the possibility of the non‐competitive follow‐on production OTA for successfully completed projects, and the noncompetitive production OTA may also be awarded at the completion of an individual prototype project, or a portion thereof, before the overall completion of all Prototype Projects contemplated under the OTA, where the Government determines the follow-on of limited successful aspects is in the best interest of the government. 

3.4 To receive an award, Companies must be a registered entity in the System for Award Management (SAM). This system verifies identity and ensures that payment is sent to the right party. The link can be found here: https://sam.gov/SAM/

3.5 In general, to invoice and receive payment, Companies must register in Wide Area Work Flow (WAWF). The Contracting Officer/Agreements Officer will provide WAWF assistance during Phase III.

3.6 Proposals will be accepted through the date of 10 March, 2026.

 – PROTOTYPE-to-PRODUCTION 

  1. Iterative Prototyping. Prototype OTAs awarded against this CSO will allow for an iterative prototyping process. The government and the company will work together to allow the  adaptation and modification of the technology being prototyped to meet additional unique a discrete purposes and mission sets generated by the original SOF end user or other organizations with the Federal government. 

 

  1. Successful Completion. The prototype project is successfully complete when the Government determines that the company met all successful completion criteria contained in the prototype OT Agreement, or a successfully evaluated portion thereof.  

 

  1. Option for Follow on Production. Upon successful completion of the prototype project, the government and the company may negotiate a follow-on production contract or agreement without further competition. Technical AOIs under this CSO and prototype OTA awards will include language providing for the potential award of a follow-on production contract or agreement as authorized under 10 USC § 4022(f). 

4. NON‐GOVERNMENT ADVISORS: Non‐Government advisors may be used in the evaluation of solution briefs and proposals and will have signed non‐disclosure agreements (NDAs) with the Government. The Government understands that information provided in response to this CSO is presented in confidence and may contain trade secret or commercial or financial information, and it agrees to protect such information from unauthorized disclosure to the maximum extent permitted and as required by Law.

5. ARTIFICIAL INTELLIGENCE (AI): Be advised that the government may use AI to conduct initial reviews of submissions to this CSO call. Final selections will be made by government subject matter experts.

6. CONTACT INFORMATION: Be advised, only a Contracting Officer/Agreements Officer has the authority to enter into a binding agreement on behalf of the Government and has exclusive authority to change the terms of a contract or agreement. All inquiries need to be sent to:

ronald.e.reed.civ@socom.mil

james.s.helmick.civ@socom.mil

7. DEFINITIONS:

Innovative: “Innovative” is defined as (1) Any technology, process, or method, including research and development, that is new as of the date of submission of a proposal; or (2) Any application that is new as of the date of submission of a proposal of a technology, process, or method existing as of such date.

Non‐traditional Defense contractor (NDC): An entity that is not currently performing and has not performed, for at least the one‐year period preceding the solicitation of sources by DoD for the procurement or transaction, any contract or subcontract for the DoD that is subject to full coverage under the cost accounting standards prescribed pursuant to section 1502 of title 41 and the regulations implementing such section (see 10 U.S.C. 2302(9)).

Other Transaction Agreement (OTA): Legally binding instruments not subject to the requirements of the

Federal Acquisition Regulation (FAR) obligating the Government for a purpose IAW 10 USC 4021, 4022 and 4023.

Procurement contract. A contract awarded pursuant to the Federal Acquisition Regulation, and not an OTA.

Prototype Project: prototype project addresses a proof of concept, model, reverse engineering to address obsolescence, pilot, novel application of commercial technologies for defense purposes, agile development activity, creation, design, development, demonstration of technical or operational utility, or combinations of the foregoing. A process, including a business process, may be the subject of a prototype project.

Although assistance terms are generally not appropriate in OT agreements, ancillary work efforts that are necessary for completion of the prototype project, such as test site training or limited logistics support, may be included in prototype projects. A prototype may be physical, virtual, or conceptual in nature. A prototype project may be fully funded by DoD, jointly funded by multiple federal agencies, cost‐shared, funded in whole or part by third parties, or involve a mutual commitment of resources other than an exchange of funds.

Files

Files size/type shown when available.

No downloadable attachments detected for this notice.

BidPulsar Analysis

A practical, capture-style breakdown of fit, requirements, risks, and next steps.

Analysis is being generated for this notice. Check back shortly.

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.