Tenders of U S Special Operations Command Ussocom Usa

Tenders of U S Special Operations Command Ussocom Usa

U S SPECIAL OPERATIONS COMMAND USSOCOM USA Tender

Others
United States
See Attached Sources Sought Requesting Information And Statement Of Work
Closing Soon14 Feb 2025
Tender AmountRefer Documents 

U S SPECIAL OPERATIONS COMMAND USSOCOM USA Tender

Textile, Apparel and Footwear
United States
Naval Special Warfare Group Four (nswg-4) Has A Requirement For Laundry And Mat Services. The Acquisition Will Be Conducted In Accordance With The Federal Acquisition Regulation (far) Part 12 - Acquisition Of Commercial Items And Far Subpart 13 - Simplified Acquisition Procedures. This Acquisition Will Utilize A 100% Small Business Set-aside. The North American Industry Classification System (naics) Code For This Effort Is 812331, And The Small Business Size Standard Is $40m. The Location Requiring These Services Is Joint Expeditionary Base Little Creek-fort Story, Virginia Beach, Va. 23459-8838.
Closing Date28 Feb 2025
Tender AmountRefer Documents 

U S SPECIAL OPERATIONS COMMAND USSOCOM USA Tender

Aerospace and Defence
United States
Ussocom Tactical Forensics Event 2025
Closing Soon14 Feb 2025
Tender AmountRefer Documents 

U S SPECIAL OPERATIONS COMMAND USSOCOM USA Tender

Aerospace and Defence
United States
Sam.gov Announcement the United States Special Operations Command (ussocom) Directorate Of Procurement, On Behalf Of The Program Executive Office – Maritime (peo-m), Is Hosting An Industry Engagement (ie) Event For The Combatant Craft Medium Mark 2 (ccm Mk2) Program. This Event Will Foster Open Dialogue Between The Program Manager For Surface Systems (pm-ss) And Prospective Industry Partners. industry Engagement Event Details date: 8-10 April 2025 location: Tampa, Florida the Purpose Of This Event Is To Communicate Program Requirements, Acquisition Strategies, And Technical Objectives, As Well As To Obtain Industry Feedback. Attendance Will Provide Insight Into Ussocom's Intent To Pursue A Competitive Prototype Agreement Leveraging Other Transaction Authorities Under 10 U.s.c. 4022. event Objectives inform Industry: Discuss Program Goals, Technical Requirements, And Acquisition Strategies. engage With Vendors: Facilitate Vendor Discussions Regarding Their Roles As Prime Performers, Sub-performers, Or Technology Partners. encourage Innovation: Identify Non-traditional Defense Contractors And Innovative Industry Solutions For The Ccm Mk2 Prototype. prepare For Prototyping: Outline Requirements And Schedule Milestones For The Ccm Mk2 Prototype And Foster Collaboration To Meet Ussocom's Mission Objectives. ccm Mk2 Program Overview the Ccm Mk2 Will Replace The Ccm Mk1 With A High-speed, Aluminum-hulled Craft Designed To Enhance Ussocom’s Maritime Capabilities. It Incorporates Advanced Materials And Technologies To Support Multi-role Capabilities For Maritime Missions. This Effort Includes The Design Consulting, Prototyping, Fabrication, And Outfitting Of A Single Ccm Mk2 Prototype, With The Potential For A Follow-on Production Contract Or Agreement. key Specifications hull Material: High-performance Aluminum. engines: Twin 1,600 Hp Marine Diesels propulsors: Marine Waterjets dimensions: Length 68.6 Ft, Beam 14.2 Ft, Draft 3.6 Ft. fuel: Diesel, With A Capacity Of Approximately 3,200 Gallons. mobility: Configured For Road And Military Aircraft Transport. registration participants Must Register With The Points Of Contact Listed Below By Completing The Registration Form (attachment 1) No Later Than Cob February 21, 2025. Please Note That Attendance Information Will Not Be Made Available To The Public. discussions At The Event Will Be Held Up To The Controlled Unclassified Information (cui) Level. All Attendees Must Be U.s. Citizens, And Foreign Participation Is Not Authorized. participants Must Be Certified To Receive Military Critical Technical Data Under The Us/canada Joint Certification Program (jcp) (jcp Website) And Capable Of Receiving, Creating, Processing, Analyzing, And Storing Us Classified Information Up To And Including Secret. attendance Limitations: due To Limited Seating, Attendance Is Restricted To Two (2) Representatives Per Company. registration Will Close Once Seating Capacity Is Reached Or At Cob 21 February 2025, Whichever Comes First. prime Performer Candidates May Include Registered Sub-performer Teammates As Participants In Their Scheduled One-on-one Meetings. notice For Prime Vendors vendors Intending To Act As Primes Must Submit Their Notice Of Intent To Prime Via Attachment 1 To Receive Access To Government Furnished Information (gfi) Related To The Ccm Mk2 Program. each Prime Vendor Is Informed That They Must Meet Facility And Personnel Security Clearance Requirements For Handling And Storage Of Classified Material Up To The Secret // Noforn Level In Accordance With The National Industrial Security Program In Order To Manufacture The Ccm Mk2 Craft. Please Indicate Your Company’s Current Ability To Meet Clearance Requirements For Classified Material Up To The Secret // Noforn Level. the Pm-ss Will Review These Submissions, And Valid Prime Vendors Will Be Provided Cui Gfi To Support White Paper Submissions. Gfi Will Only Be Provided To Vendors Who Submit Their Intent To Prime And Are Verified By The Program Management Office. government Furnished Information (gfi) Content: the Gfi Will Include Preliminary Design Technical Data Related To The Ccm Mk2 vendors Must Have The Necessary Security Clearances And Meet All Other Security Requirements Outlined In This Announcement To Receive And Handle Gfi. event Format the Ie Event Will Include The Following Activities: informational Briefings q&a Panels one-on-one Vendor Meetings (for Vendors Intending To Submit A White Paper As A Prime Performer). schedule one-on-one Meetings: These Sessions Are Limited To Vendors Intending To Submit A White Paper As A Prime Performer And Their Registered Sub-performer Teammates. Meetings Will Be Limited To 45-minute Sessions And Focus On Discussing The Vendor’s Current Capabilities To Fulfill The Ccm Mk2 Requirements. vendors Who Do Not Intend To Submit A White Paper Or Demonstrate An Approach May Still Attend The Information Briefing And General Q&a Session. note: If Desired, Vendors Should Request A One-on-one Meeting On Their Registration Form. points Of Contact michael S. Longdon, Agreements Officer email: Michael.longdon@socom.mil joshua Myers, Agreements Specialist email: Joshua.t.myers.civ@socom.mil rodney Bundy, Agreements Support Specialist email: Rodney.l.bundy.ctr@socom.mil notice: Attendance At This Event Does Not Guarantee A Subsequent Award. Submission Of Proprietary Information Constitutes Consent To Share Responses With Authorized Government Support Contractors.
Closing Date21 Feb 2025
Tender AmountRefer Documents 

U S SPECIAL OPERATIONS COMMAND USSOCOM USA Tender

Aerospace and Defence
United States
Human Performance Program Lower Extremity Evaluation Equipment Software License Renewal
Closing Date24 Feb 2025
Tender AmountRefer Documents 

U S SPECIAL OPERATIONS COMMAND USSOCOM USA Tender

Security and Emergency Services
United States
Naval Special Warfare Command Integrated Electronic Security System (iess) this Is Not A Request For Proposal. It Is Not To Be Construed As A Commitment By The Government To Issue A Solicitation Or Ultimately Award A Contract. this Sources Sought/request For Information Is In Support Of U.s. Special Operations Command, Via The Naval Special Warfare Command. This Purpose Of This Requirement Is To Provide Administrative, Operational, Technical And Logistical Support Services To Maintain And Improve An Existing Integrated Electronic Security System (iess). this Sources Sought Is An Advance Notice For Information And Planning Purposes Only And Is Not A Solicitation. The North American Industry Classification System Is 561621 And The Size Standard Is $25 Million. Interested Organizations May Submit Their Capabilities, And Qualifications To Perform The Effort In Writing To The Identified Point Of Contact Not Later Than 12:00 P.m. Est On 10 February 2025. Such Information Will Be Evaluated Solely For The Purpose Of Determining Whether Or Not To Conduct This Procurement On A Competitive Basis. A Determination By The Government Not To Compete This Proposed Effort On A Full And Open Competition Basis, Based Upon Responses To This Notice, Is Solely Within The Discretion Of The Government. Oral Communications Are Not Acceptable In Response To This Notice. this Announcement Is Issued In Accordance With Federal Acquisition Regulation (far) Part 10 And Is Not To Be Interpreted As A Commitment By The Government That A Procurement Action Will Be Issued. This Notice Shall Not Be Construed As A Request For Proposal Or As An Obligation On Part Of The Government. No Entitlement To Payment Will Arise As A Result Of The Submission Of Contractor Information. Any Information Submitted By Companies To This Sources Sought/request For Information Shall Be Voluntary. requirement the Contractor Shall Provide Administrative, Operational, Technical And Logistical Support Services To Maintain And Improve An Existing Integrated Electronic Security System (iess). This Iess Capability Provides The Physical Security And Force Protection Of Personnel And Equipment Assigned To The Nsw Command Elements And Supporting Activities Within The Virginia Hampton Roads/ Tidewater Region. please See The Attached Draft Performance Work Statement (pws) For The Exact Anticipated Requirements Of The Contract. additional Requirement Information: expected Contract Type: Firm Fixed Price Indefinite Delivery/indefinite Quantity (idiq) estimated Period Of Performance: 5 Year Ordering Period product Service Code: J063 naics: 561621 - Security Systems Services (except Locksmiths) capability Statement: if Your Organization Has The Potential Capacity To Perform These Contract Services, Please Provide The Following Information: fill Out The Chart (organization Name, Address, Size And Type Of Ownership For The Organization, Unity Entity Id (from Sam.gov) And Point Of Contact Including Their Title, Telephone Number And Email Address; tailored Capability Statements Addressing The Particulars Of This Effort, With Appropriate Documentation To Support Claims Of Organizational And Staff Capability. If Significant Subcontracting Or Teaming Is Anticipated In Order To Deliver Technical Capability, Organizations Should Address The Administrative And Management Structure Of Such Arrangements. the Capability Statements Shall Address, At A Minimum, The Following Items: can Or Has Your Company Managed A Similar Task Of This Nature? If So, Please Provide Details. what Type Of Work Has Your Company Performed In The Past In Support Of The Same Or Similar Requirement? what Specific Technical Skills Does Your Company Possess Which Ensure Capability To Perform The Tasks? additional Information And Submission Details questions: Interested Companies Are Also Asked To Identify Any Concerns, Barriers, And/or Impediments With Recommended Alternatives. Please Submit Any Questions Related To The Required Capabilities. The Concerns, Barrier, And Questions Are Due Prior To The Submission Of The Capability Statements And Can Be Sent To Kristen.k.lawrence.civ@socom.mil By 12:00 Est On 10 February 2025. submission: Fill In The Below Table And Include It With Your Submission: company Name company Address point Of Contact phone Number email Address unique Entity Id company Is/ Is Not A Small Business does Your Company Have A Secret Facility Clearance? other Classifications (e.g. 8(a), Hubzone, Woman-owned, Veteran Owned, Service-disabled Veteran Owned) if 8(a), Date That The Company Graduates From The Program. sources Should Include Information Concerning Any Current Defense Security Service (dss) Facility Clearance Status/level, The Date Obtained, Their Facility Security Officer Name And Phone Number, And Identify Their Servicing Defense Security Service (dss) Field Office, With A Poc, Location, And Phone Number. interested Parties Capable Of Providing The Requirements Described Above, Are Requested To Submit A Capabilities Statement Of No More Than Five (5) Pages In Length In Times New Roman Font Of No Less Than 10 Pitch. All Submissions Shall Be Submitted In Either Microsoft Word Or Portable Document Format (pdf). Responses Are Required To Be Submitted Via Email To: Kristen.k.lawrence.civ@socom.mil By 12:00 Est On 10 February 2025.
Closing Soon10 Feb 2025
Tender AmountRefer Documents 

U S SPECIAL OPERATIONS COMMAND USSOCOM USA Tender

Others
United States
Targeted Requirement Execution (trex) Multiple Award Contract(s) (mac) 3 Follow-on Draft Rfp
Closing Soon10 Feb 2025
Tender AmountRefer Documents 

U S SPECIAL OPERATIONS COMMAND USSOCOM USA Tender

Others
United States
Warrior Care Global Support Draft Rfp
Closing Date16 Apr 2025
Tender AmountRefer Documents 

U S SPECIAL OPERATIONS COMMAND USSOCOM USA Tender

Telecommunication Services
United States
Naval Special Warfare (nswc) Has A Requirement For Cox Communication 200 Mbps Transport Circuit Between Little Creek And Fort Story. This Transport Circuit Extends The Socom Sie Network To Nsw Commands Located At Joint Expeditionary Base (jeb) Fort Story So They Can Conduct Their Daily Operations And Mission Requirements. Requirement Is For A One-year Base Period And Four One-year Option Periods. cox Communications Hampton Roads, L.l.c. (cage 4ubw6) Is The Only Source Capable Of Providing These Services As They Possess The Infrastructure At This Location. This Sole Source Acquisition Is Being Conducted Under The Authority Of Far 13.106-1(b)(1)(i). North American Industry Classification System (naics) Code For This Effort Is 517810 And The Small Business Size Standard Is $44m. this Synopsis Shall Not Be Construed As A Rfp Or An Obligation On The Part Of The Government.
Closing Date24 Dec 2025
Tender AmountRefer Documents 

U S SPECIAL OPERATIONS COMMAND USSOCOM USA Tender

Aerospace and Defence
United States
Suite Of Integrated Radio Frequency Countermeasures (sirfc) System
Closing Date27 Dec 2025
Tender AmountRefer Documents 
1-10 of 13 active Tenders