Contractor-Operated Parts Store (COPARS)
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The Regional Contracting Office, MCIWEST is conducting market research for a Contractor-Operated Parts Store (COPARS) to provide commercially available repair parts, replacement components, and services for automotive, material handling, construction, and civil engineering equipment. This Sources Sought notice supports Southwest Region Fleet Transportation (SWRFT) across seven locations in California and Arizona. The purpose is to gather feedback on a DRAFT Performance Work Statement (PWS) and identify vendor capabilities. Responses are due March 9, 2026.
Scope of Work
The prospective contractor will be required to provide daily delivery of parts, supplies, and services to seven SWRFT sites. Delivery methods may include a staffed on-site COPARS, an unstaffed consignment inventory, an on-demand delivery service, or a combination. The supported locations are:
- Marine Corps Base Camp Pendleton (MCB-CPEN), CA
- Marine Corps Mountain Warfare Training Center (MWTC), Bridgeport, CA
- Marine Corps Air Ground Combat Center (MCAGCC), Twenty-Nine Palms, CA
- Marine Corps Recruit Depot (MCRD), San Diego, CA
- Marine Corps Logistics Base (MCLB), Barstow, CA
- Marine Corps Air Station Miramar (MCAS-M), Miramar, CA
- Marine Corps Air Station Yuma (MCAS-Y), Yuma, AZ
Contract & Timeline
- Type: Sources Sought / Market Research
- NAICS Code: 336390, Other Motor Vehicle Parts Manufacturing (Size Standard: 1000 employees)
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- Response Due: March 9, 2026, 12:00 PM (PST)
- Published: February 27, 2026
Submission Requirements
This is not a request for proposal. Vendors are requested to submit a brief capabilities statement (maximum 10 pages) detailing their ability to perform all aspects of the notice. The statement must include:
- DUNS number or CAGE code.
- Company's socioeconomic status (e.g., 8a, HUBZone, SDVOSB).
- Indication of an active GSA contract covering these services, with a copy if applicable.
- Capability to obtain required repair parts (including OEM) from small business manufacturers, per SBA Non-manufacturing Rule.
- Pricing practices for the general public, for both in-house and third-party sourced parts.
- Relevant experience (last 3 years) with project description, contract number, and value.
- Vendors must state upfront if they are a small or large business under the identified NAICS code.
Feedback Requested
Vendors are also requested to provide feedback on the DRAFT PWS and respond to specific RFI items #1-6 detailed in the full document.
Points of Contact
- Primary: Jody Koch, Contract Specialist, jody.koch@usmc.mil, 760-763-5424
- Secondary: Philip Maaninen, philip.maaninen@usmc.mil, 760-716-0748
Additional Notes
Responses will be used for acquisition strategy formulation and will be treated as proprietary. Submissions are limited to 10 pages; only the first 10 will be reviewed. Respondents will not be notified of findings.