LOGCAP VI Highest Technically Rated Offeror (HTRO) Matrix and PWS 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 has issued a Special Notice (RFI) for the Logistics Civil Augmentation Program (LOGCAP) VI, seeking industry feedback on the Draft Performance Work Statement (PWS) and the Draft Highest Technically Rated Offeror (HTRO) Matrix. This initiative aims to consolidate legacy logistics programs into a unified, global enterprise. Responses are due by June 2, 2026.
Purpose & Context
LOGCAP VI is being developed to support the National Security Strategy and Army Transformation Initiatives by consolidating legacy LOGCAP, Army Pre-Positioned Stock (APS), and Enhanced Army Global Logistics Enterprise (EAGLE) programs. This RFI specifically requests constructive feedback on two key components of the developing acquisition strategy: the Draft LOGCAP VI PWS (v6.0, dated February 9, 2026) and the Draft LOGCAP VI HTRO Matrix. Additionally, vendors are invited to submit brief white papers on relevant topics.
Key Feedback Areas
- Draft PWS (v6.0): Feedback is sought on future-looking technological and operational requirements, technology enhancements (autonomy, AI, data analytics), restrictive language, warfighter readiness impacts, data-centric reporting, risk allocation for contested logistics, and data integration strategies for a unified common operating picture.
- Draft HTRO Matrix: Input is requested on the clarity, objectivity, and sufficiency of the matrix instructions. Vendors should identify criteria that are poor indicators of performance, create barriers, or miss critical capabilities, proposing alternative metrics. Feedback is also sought on challenging metrics, alignment with industry standards, large-scale combat capabilities, burden of proof, documentation conflicts, and the optimal look-back period for evaluating corporate experience.
- CLIN Structure & White Papers: Feedback is requested on optimal Contract Line Item Number (CLIN) structures, identifying services best suited for Firm-Fixed-Price (FFP) and Cost-Reimbursable models, including scenarios for their use and transition triggers. Vendors are also invited to submit brief white papers on topics covered during previous LOGCAP VI market research efforts.
Submission Requirements
Respondents must provide company name, CAGE Code, UEI, address, points of contact, and small business certifications (if applicable). Responses must be submitted in two parts:
- Part A (RFI Questions): Two separate responses, each no more than ten (10) pages, addressing questions related to the HTRO Matrix and PWS/Future Capabilities. Responses should mirror the organization of the question documents.
- Part B (Optional White Paper): A combined response of no more than five (5) pages addressing CLIN structure feedback and the optional white paper submission.
Important Notes
This RFI is for information and planning purposes only and does not constitute a solicitation or commitment to award a contract. The Government will not pay for information submitted.
Timeline & Contacts
- Response Due Date: June 2, 2026, 04:59 AM EDT
- Primary Contact: Shaun Peterson (shaun.y.peterson.civ@army.mil)
- Additional Contacts: Alyse Hardin (alyse.m.hardin.civ@army.mil), Benjamin Graw (benjamin.p.graw.civ@army.mil), SFC Angela Kim (angela.kim6.mil@army.mil)