DRAFT Request for Proposal Project Management Mounted Armored Vehicle Logistic Fielding Support Services
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 Department of the Army has released a Draft Request for Proposal (RFP) for Project Manager Mounted Armored Vehicle (PM MAV) Logistic Fielding Support Services (LFSS). This is for informational and market research purposes only, seeking industry feedback on a new five-year Cost-Plus-Fixed-Fee (CPFF) Indefinite Delivery Indefinite Quantity (IDIQ) contract. The services will support various armored vehicles, including AMPV, M113, M88, Bradley, and MLRS. Feedback on the draft RFP is requested by March 13, 2026.
Scope of Work
The future contract will provide comprehensive LFSS, encompassing Field Service Representatives (FSRs), vehicle maintenance and repair, de-processing, Total Package Fielding (TPF), New and Displaced Equipment Training (NET/DET), Modification Work Order (MWO) installations, and Program Management support. These services will be delivered in both Contiguous United States (CONUS) and Outside the Contiguous United States (OCONUS) locations, including support for Foreign Military Sales (FMS) cases. The Product Service Code is K023, for Modification of Equipment: Ground Effect Vehicles, Motor Vehicles, Trailers, and Cycles.
Contract Details
- Type: Draft Request for Proposal (Presolicitation) for a future Cost-Plus-Fixed-Fee (CPFF) IDIQ contract.
- Duration: Anticipated five-year contract with five one-year ordering periods.
- Estimated IDIQ Quantities: Minimum of 16,297 labor hours, maximum of 2,009,216 labor hours.
- Set-Aside: None specified (Full and Open Competition anticipated).
- Eligibility: Future offerors will require a SECRET Facility Clearance and must be registered in PIEE.
- Place of Performance: El Paso, AR, and various CONUS/OCONUS locations.
Submission & Feedback
This is not a request for proposals. Industry feedback on the draft RFP is requested via the provided "Question Matrix for PM MAV LFSS Draft RFP." Questions must be submitted via email to Darla Lasky (darlamae.d.lasky.civ@army.mil) and Jill Wagner (jill.t.wagner.civ@army.mil) by 5:00 pm EST on March 13, 2026. The email subject line must read: "LFSS Draft RFP Feedback." No telephone calls will be accepted. Responses to questions may be posted on SAM.gov.
Evaluation (for future RFP)
The future solicitation is expected to be evaluated using a best-value trade-off process. Past Performance will be the most important factor, followed by Cost/Price (significantly more important than Small Business Participation), and then the Small Business Participation Factor.
Additional Notes
This notice is for informational purposes only and does not constitute an RFP or a promise to issue one. The government will not reimburse costs for responding to this notice. Controlled attachments are available to JCP-certified vendors. Bidders should review attachments such as the Government Format Pricing Models (GFPM for prime and subcontractors), Small Business Participation Workbook, Wage Determinations, and the Contract Data Requirements List (CDRLs) to understand potential future requirements.