LOGCAP VI Small Business Suite RFI
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, ACC-RI, is conducting market research through a Request for Information (RFI) for the LOGCAP VI Small Business Suite. This initiative aims to transition a subset of Supply, Maintenance, and Transportation requirements currently performed under the Enhanced Army Global Logistics Enterprise (EAGLE) contract. The RFI specifically targets small businesses to gather input on a "Small Business with Prime Surge" model and optimal contract structures. Responses are due May 1, 2026, at 12:00 PM Central Time.
Purpose & Scope
This RFI is exclusively focused on shaping the LOGCAP VI Small Business Suite, which is separate from the broader LOGCAP VI global contingency work. The government seeks to understand small business capabilities and perspectives on providing scalable sustainment services, including a potential surge capability. The primary objective is to relieve military units of non-core sustainment and base support tasks.
Information Sought
The Army is requesting feedback on several key areas:
- "Small Business with Prime Surge" Model: Risks, appropriate triggers for activation, small business concerns, ideal communication methods, management of Government Furnished Property (GFP), simultaneous access to USG systems, and contractual mechanisms for Associated Contractor Agreement (ACA) compliance.
- Prime Capability & Hybrid Contract Structures: Experience as a prime contractor managing multiple service lines, optimal Contract Line Item Number (CLIN) structures for Supply, Maintenance, and Transportation, and justification for Firm-Fixed-Price (FFP) versus Cost-Reimbursable CLINs.
Submission Details
- Response Deadline: May 1, 2026, 12:00 PM Central Time.
- Format: Responses should address the RFI questions and include company information (Name, CAGE Code, UEI, Address, POC, Small Business Certifications, EAGLE task order holder status).
- Page Limit: Maximum 15 pages.
- Submission Method: Email responses to shaun.y.peterson.civ@army.mil, alyse.m.hardin.civ@army.mil, benjamin.p.graw.civ@army.mil, and angela.kim6.mil@army.mil.
Additional Context
This RFI is for planning purposes only; the government does not intend to award a contract based on responses. Previous LOGCAP VI industry engagements have discussed the overall program strategy, including a preference for Multiple Award Task Order Contracts (MATOC), Fixed-Price and Cost-Plus-Fixed-Fee contract types, and the Highest Technically Rated Offeror (HTRO) evaluation strategy for IDIQ pool selection. This specific RFI underscores the Army's commitment to small business integration within the LOGCAP VI program.