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 a system issue, Amendments 0004 and 0005 were not posted within SAM.gov from Procurement Integrated Enterprise Environment (PIEE) automatically. The descriptions and attachments are provided for each Amendment and can also be accessible from the PIEE Solicitation Module Link listed below within the Links section.
Amendment 0004 includes responses to the Q and As. Due to the Q and As, the following have been revised/updated within Amendment 0004: RFP, Attachment S-1 Proposal Adequacy Checklist, Attachment J-1 Performance Work Statement (PWS), Attachment J-2 National Stock Numbers (NSNs) List/Pricing Workbook, Attachment J-3 National Stock Numbers (NSNs) Work Standards, Attachment J-4 National Stock Numbers (NSNs) Configuration Checklists, Attachment J-10 KTAT Workbook. NOTE: Attachment J-2 National Stock Numbers (NSNs) List/Pricing Workbook has been updated to reflect the most recent information. No other changes to this solicitation have been made. QUESTIONS WILL BE ACCEPTED UP TO FIVE (5) CALENDAR DAYS AFTER THE RELEASE OF THE RFP, AMENDMENT 0004. THE GOVERNMENT MAKES NO GUARANTEE THAT QUESTIONS WILL BE ANSWERED.
The purpose of Amendment 0005 is to clarify the following: IAW Section L, there will be an additional five (5) calendar day period to submit questions. THE GOVERNMENT MAKES NO GUARANTEE THAT QUESTIONS WILL BE ANSWERED. The responses to the Q and As have been updated in Question 6 and 73. All questions will be due on 26 August 2025. No other changes to this solicitation have been made.
The purpose of this Amendment 0003 is to add the proposal due date of 19 September 2025 at 1600 in Section 9 to align with proposal due date in Procurement Integrated Enterprise Environment (PIEE) and www.sam.gov. NOTICE TO OFFERORS: Due to a clerical error Amendment 0002 consisted of a DRAFT watermark. A signed copy of Amendment 0002 SF30 is still required to be submitted within Volume V - Contract Documentation with offerors proposal. No other changes to this solicitation have been made. 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.