Search Contract Opportunities

Targeted Requirement EXecution (TREX) 3 Multiple Award Contract(s) (MAC) Follow-On Request for Proposals (RFP)   2

ID: H92401-25-R-0002_TREX_RFP • Type: Solicitation

Description

Posted: April 23, 2025, 1:29 p.m. EDT

UPDATE Wednesday, 23 April 2025

FINAL RFP, Targeted Requirement Execution (TREX) 3 Multiple Award Contract(s) (MAC)

H9240125R0002 Questions and Answers Round 6

The following document is contained herein:

  1. H92401-25-R-0002_Final_RFP_QNA_Round_6_23_Apr_25

---------------------------------------------------------------------------------------------------------------------

UPDATE Monday, 21 April 2025

FINAL RFP, Targeted Requirement Execution (TREX) 3 Multiple Award Contract(s) (MAC)

H9240125R0002 - AMENDMENT 04

Amendment 4 to H92401-25-R-0002 effective 21 April 2025 and the following attachments are contained herein:

  1. H92401-25-R-0002 CONFORMED SF 33 thru Amendment 04, dated 21 Apr 25
  2. H92401-25-R-0002-0004 Amendment 04, dated 21 Apr 25
  3. H92401-25-R-0002_Final_RFP_Q&A_Round_5_21 Apr 25

Reference the instructions in the original solicitation below to request access to the Restricted Access Documents updated via Amendment 4.

Note: Page 9 of the SF33 is left intentionally blank due to limitations of the contract writing system

---------------------------------------------------------------------------------------------------------------------

UPDATE Monday, 14 April 2025

FINAL RFP, Targeted Requirement Execution (TREX) 3 Multiple Award Contract(s) (MAC)

H9240125R0002 Questions and Answers Round 4

The following document is contained herein:

  1. H92401-25-R-0002_Final_RFP_QNA_Round_4_14_Apr_25

---------------------------------------------------------------------------------------------------------------------

UPDATE Tuesday, 08 April 2025

FINAL RFP, Targeted Requirement Execution (TREX) 3 Multiple Award Contract(s) (MAC)

H9240125R0002 - AMENDMENT 03

Amendment 03 to H92401-25-R-0002 effective 07 April 2025 and the following attachments are contained herein:

  1. H92401-25-R-0002 CONFORMED SF 33 thru Amendment 03, dated 07 Apr 25
  2. H92401-25-R-0002-0003 Amendment 03, dated 07 Apr 25
  3. H92401-25-R-0002_Final_RFP_Q&A_Round_3_07 Apr 25

Reference the instructions in the original solicitation below to request access to the Restricted Access Documents updated via Amendment 3.

Note: The file name of the previously posted Amendment 02 is corrected from H92401-25-R-0002-0001 Amendment 02_31_MAR_25 to H92401-25-R-0002-0002 Amendment 02_31_MAR_25 .

Note: Page 9 of the SF33 is left intentionally blank due to limitations of the contract writing system

---------------------------------------------------------------------------------------------------------------------

UPDATE Monday, 31 MARCH 2025

FINAL RFP, Targeted Requirement Execution (TREX) 3 Multiple Award Contract(s) (MAC)

H9240125R0002 - AMENDMENT 02

Amendment 02 to H92401-25-R-0002 is effective 31 March 2025 and the following attachments are contained herein:

  1. H92401-25-R-0002 CONFORMED SF 33 thru Amendment 02, dated 31 Mar 25
  2. H92401-25-R-0002-0001 Amendment 02, dated 31 Mar 25
  3. H92401-25-R-0002_Final_RFP_Q&A_Round_2_31_MAR_25

Reference the instructions in the original solicitation below to request access to the Restricted Access Documents updated via Amendment 2.

Note: Page 9 of the SF33 and Page 3 of the SF30 are left intentionally blank due to limitations of the contract writing system

Additional Note: The original SF33 dated 14 March 2025 is also included in the list of attachments as it was inadvertently deleted during Amendment 1 posting.

---------------------------------------------------------------------------------------------------------------------

UPDATE Tuesday, 25 MARCH 2025

FINAL RFP, Targeted Requirement Execution (TREX) 3 Multiple Award Contract(s) (MAC)

H9240125R0002 -AMENDMENT 01

Amendment 01 to H92401-25-R-0002 is effective 25 March 2025. Amendment 01 documents include:

  1. H92401-25-R-0002-SF33-CONFORMED thru Amdt 01, dated 25 Mar 25
  2. H92401-25-R-0002-0001 Amendment 01, dated 25 Mar 25
  3. H92401-25-R-0002_Final_RFP_QNA_Round_1_25_MAR_25

Amendment 01 updates the language in Section L paragraph L.5.3 to replace the end of the paragraph language "the offeror must provide evidence that approval was requested and describe how the business system(s) are acceptable as defined in each of the applicable business system clauses" with the following as highlighted in BOLD:

L.5.3 Acceptable Contractor Business Systems. The offeror shall provide documentation from DCMA, DCAA, or other Cognizant Federal Agency (CFA) that allows the Contracting Officer to determine that the contractor's accounting and purchasing systems as defined in DFARS clause 252.242-7005 are acceptable or are capable of being deemed acceptable as defined in 252.242-7006 and 252.244-7001 respectively. If the offeror does not have documentation from DCMA, DCAA or other CFA approving its accounting system and/or purchasing system due to Government caused delay and/or not previously meeting the threshold requirements for a Contractor Purchasing System Review (CPSR) IAW FAR 44.302 and DFARS 244.302, the offeror must provide the following. For the Accounting System review, evidence that approval was requested and describe how the system is acceptable as defined in 252.242-7006 (c). For the CPSR review; either a) evidence that approval was requested or b) a confirmation statement that they do not meet the threshold requirements IAW FAR 44.302 and DFARS 244.302 for a CPSR and describe how the system is acceptable as defined in 252.244-7001 (c).

NOTE: Page 9 of the SF33 is left intentionally blank due to limitations of the contract writing system.

---------------------------------------------------------------------------------------------------------------------------

FINAL RFP NOTICE 14 March 2025

Targeted Requirement Execution (TREX) 3 Multiple Award Contract(s) (MAC)

H9240125R0002

This is a formal Request for Proposal (RFP) for the Targeted Requirement Execution (TREX) 3 multiple award contract. The draft RFP documents and pre-solicitation notice was issued 27 January 2025 (H9240125R0002_presolicition_draft_RFP).

This is solicited and will be awarded as a Multiple Award IDIQ, via Full and Open competition with up to one prime contract award reserved for the most highly rated small business offeror received under this solicitation. The maximum ceiling value across all awarded prime contracts combined totals $2,390,000,000.00.

Attached to this posting is the Final RFP and all associated Attachments. Reference the Contract Attachment listing for which of these documents require Restricted Access.

NOTE: Page 9 of the SF33 is left intentionally blank due to limitations of the contract writing system.

Restricted Access (RA) Instructions:

The only way to initiate the verification process and gain explicit access to the controlled portion of Draft RFP documents is to request access as detailed below. Interested vendors need to ensure their SAM account has their current Cage Code and correct Vendor information attached to their profile. To gain RA to the controlled RFP Attachments, offerors must submit their Cage Code to BOTH Points of Contact (POCs) below via email so USSOCOM Security can verify proof of a TOP SECRET Facility Clearance AND SECRET Level of Safeguarding. This precaution has been established to limit the dissemination of sensitive unclassified information, and proof of TOP SECRET Facility Clearance and SECRET Level of Safeguarding are required for this effort (REF SOW Section 4.1 and Section L.5). Under no circumstance will interested Prime Contractor Offerors be able to utilize a potential Sub-Contractor's Storage and/or Safeguarding capability as proof of Storage and/or Safeguarding capability.

NOTE: Prior to receipt of any Restricted Access documents, USSOCOM Security verifies TOP SECRET Facility Clearance AND SECRET Level of Safeguarding within the National Industrial Security System (NISS). If you believe information within the NISS to be incorrect or non-current, contact your Defense Counterintelligence Agency (DCSA) Field Office to resolve. For specific questions regarding SAM use, profile updates, or DD 2345 processing, contact the Federal Service Desk at 866-606-8220 / https://fsd.gov/fsd-gov/home.do.

Points of Contact:

Mr. Eric Carlin, eric.carlin@socom.mil

Mrs. Deanna Grimshaw, deanna.grimshaw@socom.mil

Specific Note: Verification can take up to 1 business day to process. Requests for RA received on a Friday after 1200 EDT will not begin verification until the next business day.

Communications with anyone other than the POC(s) listed herein are prohibited. Questions regarding this RFP must be emailed (in writing and using RFP Attachment 9, Q&A Template) and submitted to BOTH POCs. Oral requests (e.g. phone call) for information will be re-directed to provide email correspondence (using the Q&A Template), for documentation purposes. Individual responses to inquiries will not be provided. If it is necessary to include proprietary or source selection sensitive information in the template, it must be marked appropriately as outlined within the Template instructions. All questions and answers will be provided to all potential offerors unless properly marked.

Offerors may submit questions at any time; however, questions received after 1200 EDT, 22 April 2025 may not be answered prior to the solicitation closing date (SF 33 block 9).

NOTE: This notice also includes the Q&A received after the Draft RFP cutoff. Q&A related to the Draft RFP received prior to the cutoff was posted on 14 Feb 25. A new master listing of Q&A will be started related to the Final RFP (i.e. will not have the same item numbers associated).

Please read through the entire RFP and attachments prior to submitting questions .

If providing questions that include CUI:

1. Must be sent via encrypted email and properly marked OR

2. Sent via electronically through the Department of Defense Secure Access File Exchange (DoD SAFE) (https://safe.apps.mil/). Potential offerors will be unable to upload to the site until the POC sends a Request for Drop-off email. Therefore, offerors must request a drop off email by emailing the POCs. The email notification shall include:

  • Company Name and Cage Code
  • One Company Point of Contact (POC) to receive the Request for Drop-off email and their respective contact information, to include email address and phone number

Follow DoD SAFE instructions for uploading files. When accessing the Request for Drop-off link, potential offerors must add the POC email addresses eric.carlin@socom.mil and deanna.grimshaw@socom.mil in the To' entry.

Posted: April 21, 2025, 12:57 p.m. EDT
Posted: April 14, 2025, 11:50 a.m. EDT
Posted: April 8, 2025, 9:16 a.m. EDT
Posted: March 31, 2025, 1:25 p.m. EDT
Posted: March 25, 2025, 10:03 a.m. EDT
Posted: March 14, 2025, 12:31 p.m. EDT
Background
The Targeted Requirement Execution (TREX) 3 Multiple Award Contract (MAC) is issued by the United States Special Operations Command (USSOCOM). The purpose of this contract is to provide a wide range of supplies and services to support USSOCOM's mission. The maximum ceiling value for all awarded prime contracts combined totals $2,390,000,000.00, with the intent to award multiple contracts through full and open competition, including one reserved for a highly rated small business offeror.

Work Details
This is an Indefinite Delivery/Indefinite Quantity (IDIQ) contract that will include seven one-year ordering periods. The contract allows for the issuance of Delivery Orders/Task Orders (DO/TOs) on a Firm Fixed Price (FFP), Cost Plus Fixed Fee (CPFF), and Cost Reimbursable (CR) basis. Specific requirements will be detailed in each DO/TO based on the prime contract Statement of Work (SOW). The following items are included in the solicitation:

- ITEM NO 0001: Lot FFP - Requirements specified per DO/TO and SOW.
- ITEM NO 0002: Lot COST - Cost Reimbursable orders issued against this CLIN.

The contract minimum amount is $2,500.00, with no minimum or maximum amounts at the DO/TO level. The first ordering period runs from October 16, 2025, to October 15, 2026.

Period of Performance
The period of performance spans from October 16, 2025, to October 15, 2032.

Place of Performance
The geographic location for performance will be determined based on the specific requirements outlined in each Delivery Order.

Overview

Response Deadline
April 28, 2025, 12:00 p.m. EDT Due in 0 Days
Posted
March 14, 2025, 12:31 p.m. EDT (updated: April 23, 2025, 1:29 p.m. EDT)
Set Aside
None
Place of Performance
Tampa, FL 33621 United States
Source
SAM

Current SBA Size Standard
550 Employees
Pricing
Likely Fixed Price
Est. Level of Competition
Average
Est. Value Range
$2,390,000,000 (value based on agency estimated range)
Vehicle Type
Indefinite Delivery Contract
On 3/14/25 U.S. Special Operations Command issued Solicitation H92401-25-R-0002_TREX_RFP for Targeted Requirement EXecution (TREX) 3 Multiple Award Contract(s) (MAC) Follow-On Request for Proposals (RFP) due 4/28/25. The opportunity was issued full & open with NAICS 339999 and PSC 5999.
Primary Contact
Name
Eric N. Carlin   Profile
Phone
None

Secondary Contact

Name
Deanna R. Grimshaw   Profile
Phone
None

Documents

Posted documents for Solicitation H92401-25-R-0002_TREX_RFP

Question & Answer

Opportunity Lifecycle

Procurement notices related to Solicitation H92401-25-R-0002_TREX_RFP

Incumbent or Similar Awards

Contracts Similar to Solicitation H92401-25-R-0002_TREX_RFP

Potential Bidders and Partners

Awardees that have won contracts similar to Solicitation H92401-25-R-0002_TREX_RFP

Similar Active Opportunities

Open contract opportunities similar to Solicitation H92401-25-R-0002_TREX_RFP

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > US SPECIAL OPERATIONS COMMAND (USSOCOM) > HQ USSOCOM
FPDS Organization Code
97ZS-H92401
Source Organization Code
500019575
Last Updated
April 23, 2025
Last Updated By
eric.carlin@socom.mil
Archive Date
May 13, 2025