Logistics Integration Support (LIS) Program
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.
Due to the Q and As, the following have been revised/updated within Amendment 0006: The PWS has been revised and all changes are highlighted in blue. The date for all proposals has been extended to 4:00PM 03 October 2025 as noted in Block 9. IAW Section L, the Government will not accept any further questions after the release of Amendment 0006. All other terms and conditions remain unchanged. Marine Corps Logistic Command (MCLC) Albany, GA Contracts Department intends to solicit an unrestricted, full and open/requirement and contract as a Firm Fixed Price Indefinite Delivery Indefinite Quantity (ID/IQ) type contract. The requirement is to successfully operate and manage the Logistics Integration Support (LIS) program. The scope of this contract covers the Remanufacture, Overhaul, and Repair (ROR) and or tear-down and evaluation (TDE) of Marine Corps Ground Equipment Secondary Repairable (SECREP) items turned in at designated Government locations (CONUS and OCONUS). A single source service will operate and manage the entire SECREP repair process at fixed unit prices for approximately 1000 National Stock Numbers (NSNs), with consistent contractual turn-around times (TATs) and at Original Equipment Manufacturer (OEM) specifications. Offerors may submit questions, comments, suggestions or request for clarification of any aspect of this notice. It is the Offerors responsibility to bring to the attention of the Contracting Officer any ambiguities, discrepancies, inconsistencies, or conflicts between the PWS and other solicitation documents attached hereto or incorporated by reference.