Marine Corps Prepositioning Program (MCPP) Industry Day Notification
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 Navy / U.S. Marine Corps has released a Solicitation (M67004-26-R-0007) for the Marine Corps Prepositioning Program (MCPP) II Logistics Services. This is a hybrid Indefinite Delivery Indefinite Quantity (IDIQ) contract to provide comprehensive logistics support for prepositioned assets worldwide. Proposals are due by July 10, 2026, at 1500 Eastern Standard Time (EST).
Scope of Work
The MCPP II requires a full range of logistics support services, including sustainment, refurbishment, replenishment, and specialized preservation logistics for equipment and supplies. This ensures combat readiness for Marine Air-Ground Task Forces (MAGTFs) operating independently for 30 days. Services cover three functional segments: Maritime Prepositioning Force (MPF), Marine Corps Prepositioning Program-Norway (MCPP-N), and newly added Marine Corps Prepositioning Program-Australia (MCPP-AUS) and Marine Corps Prepositioning Program-Palau (MCPP-PAL), alongside MCPP-Philippines. Work will be performed at Marine Corps Support Facility Blount Island (MCSF-BI) in Jacksonville, Florida, and various OCONUS locations, including Norway, Philippines, Australia, Palau, Diego Garcia, Guam, and aboard Maritime Prepositioning Ships (MPS). Performance standards include maintaining equipment to 100% combat readiness and achieving 100% data accuracy.
Contract Details
- Contract Type: Hybrid IDIQ (Cost-Plus-Fixed-Fee, Firm-Fixed-Price, and Cost-Reimbursable for Materials and Travel).
- Duration: A base ordering period of five years, followed by five option ordering periods.
- Minimum Guarantee: $10,000.00 for the base year.
- Maximum Value: To Be Determined (TBD) at award.
- NAICS Code: 561210 Facilities Support Services (updated from 811310).
- Product Service Code: R706 Logistics Support Services.
- Security Clearance: A SECRET facility security clearance is mandatory at the time of proposal submission.
Key Changes (Amendment 0001)
Amendment 0001, posted April 24, 2026, incorporates significant updates:
- Geographic Scope: Australia and Palau requirements added to the Statement of Work (SOW) and moved from CLIN X004 (OLS) to CLIN X003 (OCONUS).
- CLIN Adjustments: Increased quantities and estimated values for CLIN X003 (OCONUS) and Option Line Item 1003, with corresponding decreases for CLIN X004 and Option Line Item 1004.
- Documentation Updates: Attachments J-4 (DD Form 254), J-5 (SOW), J-7 (Cost Model Workbook), S-2 (Notional Manning Document), and Section J (Exhibit A CDRL Listing) have been updated to reflect these changes, including new DD Form 1423 Exhibit A-13 for MCPP Australia & Palau.
- Question Submission: Instructions for submitting questions have been updated with a new link:
https://forms.osi.apps.mil/r/hdwUasGhwr.
Submission & Evaluation
- Proposal Submission: Electronically via the PIEE Solicitation Module.
- Proposal Due Date: July 10, 2026, at 1500 EST.
- Evaluation Factors (descending order of importance): Management, USMC Technical, Navy Technical, Past Performance, Small Business Participation, and Cost/Price.
- Evaluation Approach: Best Value Tradeoff.
- Small Business Participation Goal: 30%.
Points of Contact
- Primary: Roussell Gober, Contract Specialist, roussell.gober@usmc.mil, 904-696-5067.
- Secondary: Timothy L. Rivers, Contracting Officer, timothy.l.rivers@usmc.mil, 904-696-5360.