Logistics Integration Support (LIS) Program

SOL #: M6700425R0009Solicitation

Overview

Buyer

Dept Of Defense
Dept Of The Navy
COMMANDER
ALBANY, GA, 31704-0313, United States

Place of Performance

Place of performance not available

NAICS

All Other Professional (541990)

PSC

Logistics Support Services (R706)

Set Aside

No set aside specified

Timeline

1
Posted
Jul 21, 2025
2
Last Updated
Oct 2, 2025
3
Submission Deadline
Sep 19, 2025, 9:00 PM

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.

The purpose of Amendment 0002 is to update, Section L, Organizational Conflict of Interest (OCI). An extension to submit an OCI mitigation plan will be fourteen (14) calendar days and the Government intends to notify Offerors whether their OCI mitigation plan is acceptable will be no later than 21 calendar days after the initial release of the RFP on 21 July 2025. This requirement was previously M67004-25-R-0002 (DRAFT RFP) and has been changed to M67004-25-R-0009 (RFP). 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. OFFERORS MAY E-MAIL WRITTEN QUESTIONS REQUESTING CLARIFICATION OF THE RFP TO THE GOVERNMENT. QUESTIONS WILL BE ACCEPTED UP TO 7 CALENDAR DAYS AFTER THE RELEASE OF THE RFP. QUESTIONS MUST BE IN WRITING AND SUBMITTED VIA E-MAIL TO CHRISTOPHER.C.CARLSON@USMC.MIL, ELLEN.PHELPS@USMC.MIL AND TANNER.B.MITCHUM.CIV@USMC.MIL. NO QUESTIONS BY TELEPHONE WILL BE ACCEPTED. RESPONSES TO QUESTIONS WILL BE DONE VIA AMENDMENT TO THE SOLICITATION. Attachments J-3 and J-4 will be provided via DoD Safe. Please contact Ellen Phelps and Tanner Mitchum by email to request Attachments J-3 and J-4. There are no attachments for J-5, J-8, and J-9.

People

Points of Contact

Files

Files

View
View
View
View

Versions

Version 8
Solicitation
Posted: Oct 2, 2025
View
Version 7
Solicitation
Posted: Aug 28, 2025
View
Version 6
Solicitation
Posted: Aug 22, 2025
View
Version 5
Solicitation
Posted: Aug 21, 2025
View
Version 4
Solicitation
Posted: Aug 21, 2025
View
Version 3Viewing
Solicitation
Posted: Jul 23, 2025
Version 2
Solicitation
Posted: Jul 23, 2025
View
Version 1
Solicitation
Posted: Jul 21, 2025
View