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 is conducting market research through a Request for Information (RFI) for the LOGCAP VI Small Business Suite. This initiative aims to identify capable small businesses for a follow-on to a subset of requirements currently performed under the Enhanced Army Global Logistics Enterprise (EAGLE) contract, focusing on Supply, Maintenance, and Transportation services. Responses are due by May 1, 2026.
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 market research. The government seeks to gather information from small businesses to inform its acquisition strategy for this suite, which will include Supply, Maintenance, and Transportation services, with a potential surge capability. The primary objective of LOGCAP is to augment the U.S. Army's force structure by providing contracted, scalable sustainment capabilities, relieving military units of non-core sustainment and base support tasks.
Key Questions for Industry
The RFI specifically seeks input on:
- "Small Business with Prime Surge" Model: Risks, appropriate triggers for activating a prime surge, small business concerns regarding activation, ideal communication/coordination, Government Furnished Property (GFP) management, USG systems access, Associated Contractor Agreement (ACA) compliance, and willingness to enter an ACA.
- Prime Capability and Hybrid Contract Structures: Company experience as a prime managing multiple, simultaneous service lines; optimal Contract Line Item Number (CLIN) structures for supply, maintenance, and transportation; and identification of services best suited for Firm-Fixed-Price (FFP) versus Cost-Reimbursable CLINs with justification.
Submission Requirements
Responses should address the key questions and include company information such as Name, CAGE Code, UEI, Address, Point of Contact, Small Business Certifications, and current EAGLE task order holder status. Responses are limited to a maximum of 15 pages and must be submitted via email 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. Capabilities statements will not be considered.
Contract & Timeline
- Type: Request for Information (RFI) / Sources Sought
- Set-Aside: Small Business (specifically targets small businesses)
- Response Due: May 1, 2026, 12:00 PM Central Time
- Published: April 29, 2026
- Product/Service Code: R706 (Logistics Support Services)
- Agency: Department of the Army, ACC-RI
Additional Notes
This RFI is for planning purposes only and does not constitute a solicitation or a promise to award a contract. The government will not pay for information submitted in response to this RFI. This market research is distinct from the broader LOGCAP VI market research for global contingency and other work.