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 is preparing to solicit proposals for the Marine Corps Prepositioning Program (MCPP) II Logistics Services contract. This is a follow-on to the current MCPP contract, providing comprehensive logistics support for global prepositioning efforts. The solicitation (M67004-26-R-0007) is anticipated to be posted between April 15-22, 2026, with proposals closing around July 10, 2026.
Opportunity Overview
The MCPP is critical for the USMC's Strategic Prepositioning Program, enabling rapid response to crises by providing combat capability sets (equipment and supplies) for 30 days of sustained operations for Marine Air-Ground Task Forces. This contract focuses on specialized combat-readiness logistics services at Blount Island Command (BICmd) in Jacksonville, Florida, and other worldwide locations including Kuwait, Norway, and aboard Maritime Prepositioning Ships (MPS).
Scope of Services
The contractor will provide a full range of logistics support, including sustainment, refurbishment, replenishment, and specialized preservation services for equipment and supplies. This encompasses managing the maintenance cycle for MPS, MCPP-Norway, and the Global Prepositioning Network, ensuring materiel is combat-ready for long-term storage and deployment.
Contract Details
- Type: Single-award Hybrid Indefinite Delivery Indefinite Quantity (IDIQ) contract, incorporating Firm-Fixed-Price (FFP), Cost-Plus-Fixed-Fee (CPFF), and Cost-Reimbursable CLINs (for travel, Other Direct Costs, and overtime).
- Duration: A base ordering period of five years, with ten option ordering periods.
- Value: Minimum guarantee of $10,000.00 for the base year. Maximum value to be determined.
- NAICS Code: 561210 FACILITIES SUPPORT SERVICES (updated from 811310).
- Product Service Code: R706 Logistics Support Services.
- Set-Aside: None specified.
Key Dates & Actions
- Industry Day: Held June 24-25, 2025, at Blount Island Command, Jacksonville, FL, including site visits and one-on-one sessions. Registration is now closed.
- Draft RFP Feedback Due: July 2, 2025 (for comments on the Draft RFP and Government questions).
- NAICS Feedback Due: October 1, 2025.
- Solicitation Posting (Anticipated): April 15-22, 2026.
- Proposal Closing (Anticipated): On or about July 10, 2026.
Important Notes
The solicitation will be issued via the Procurement Integrated Enterprise Environment (PIEE) Solicitation Module. A security clearance will be mandatory. The Government is considering reducing key personnel resume requirements. Offerors should monitor SAM.gov for updates and the final solicitation.