- 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
Strength and Conditioning Platform
Sources Sought from US SPECIAL OPERATIONS COMMAND (USSOCOM) • DEPT OF DEFENSE. Place of performance: NC. Response deadline: Mar 06, 2026. Industry: NAICS 518210 • PSC DG10.
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 518210 (last 12 months), benchmarked to sector 51.
Related hubs & trends
Navigate the lattice: hubs for browsing, trends for pricing signals.
Point of Contact
Agency & Office
More in NAICS 518210
Description
THIS NOT A NOTICE OF SOLICITATION ISSURANCE, 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 herein 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 services. 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 based on 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.
The United States Army Special Operation Command (USASOC) – Contracting Office, located at Fort Bragg, NC, on behalf of the United States Army JFK Special Warfare Center and School (USAJFKSWCS) has a requirement for Human Performance Wellness (HPW) web-based Strength and Conditioning Online Platform Subscription. The USAJFKSWCS Human Performance Program requires an online platform with connected mobile application for use by strength and conditioning coaches and Soldiers on-site and in the field. Interested parties must be capable of providing a HPW web-based Strength and Conditioning Online Platform Subscription in accordance with the attached DRAFT Statement of Work (SOW).
Interested parties are requested to submit a thorough narrative that clearly demonstrates their corporate capabilities, personnel capabilities, and summary of relevant experience providing HPW web-based Strength and Conditioning Online Platform Subscription.
Documentation must address all required elements listed herein; providing only a reference to a website is unacceptable for purposes of this announcement and will not be considered or reviewed. All proprietary or corporate data received shall be clearly identified and shall be protected from release to sources outside the Government. Please do not submit classified material.
Contractors interested in performing these services must be registered in the System for Award Management website (www.sam.gov). Contractors responding to this RFI are asked to provide the following information.
- Company’s full name, address, and Point of Contact.
- UEI number & CAGE code
- If applicable, please provide GSA contract number and SIN.
- Applicable North American Industry Classification Standard (NAICS) and
- Business size (whether large, small, small-disadvantaged, 8(a), HUB Zone, woman-owned, Service-Disabled Veteran Owned Small Business etc.)
- In addition, respondents shall provide affiliate information: parent company, joint venture partners potential teaming partners; and additional documentation such as company literature and brochures.
- A brief Statement of Capability (no more than five (5) pages); which responds to demonstrating the ability to meet the requirements specified in the SOW and includes Past Performance information on Government contracts of similar size and scope within the past three (3) years.
The anticipated NAICS code is 518210 “Computing Infrastructure Providers, Data Processing, Web Hosting, and Related Services” with a size standard of $40.0 million dollars. 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.
Responses are due no later than 1:00 PM Eastern Standard Time, 06 March 2026 and reference H92239-26-R-E007 in subject line. Send to Mr. Antonio Woodson, email: antonio.d.woodson.civ@socom.mil and reference “Request for Information – Strength and Conditioning Online Platform Subscription” in the subject line.
Failure to respond to this RFI does not preclude participation in any future associated request for quotations that may be issued. Respondents will NOT be notified of the results. However, if the final determination results in the verification of sole-source negotiation, a Notice of Intent to Sole Source and the redacted Justification and Approval will be posed to www.sam.gov. For information regarding this notice, please contact Mr. Antonio Woodson at email listed above.
For information regarding this notice, contact Mr. Antonio Woodson via email at the address above. Respondents are cautioned that due to file size limitations and e-mail 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 e-mail correspondence. If receipt has not been acknowledged within 24 hours, please contact the Contracting Officer at 910-605-4871.
Primary Point of Contact:
Antonio Woodson
Contracting Officer
antonio.d.woodson.civ@socom.mil
Phone: 910-605-4871
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.