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 Blount Island Command, has released Solicitation No. M67004-26-R-0007-0001 for Marine Corps Prepositioning Program (MCPP) II Logistics Services. This single-award hybrid Indefinite Delivery Indefinite Quantity (IDIQ) contract seeks comprehensive logistics support to maintain combat readiness of prepositioned equipment and supplies globally. Proposals are due by 10 July 2026 at 1500 Eastern Standard Time (EST).
Scope of Work
The MCPP II program provides critical logistics services for the Marine Corps' Strategic Prepositioning Program, enabling 30 days of support for Marine Air-Ground Task Forces (MAGTFs) up to a Marine Expeditionary Brigade (16,000 personnel). Services include program management, CONUS and OCONUS maintenance production, and other logistics support. This encompasses sustainment, refurbishment, replenishment, and specialized preservation logistics for equipment and supplies. Key operational locations include the Marine Corps Support Facility Blount Island (MCSF-BI) in Jacksonville, Florida, and OCONUS sites in Norway, Philippines, Australia, and Palau, as well as aboard Maritime Prepositioning Ships (MPS).
Contract Details
This is a single-award hybrid IDIQ contract, allowing for task orders on a Cost-Plus-Fixed-Fee (CPFF), Firm-Fixed-Price (FFP), and Cost-Reimbursable (for Materials and Travel) basis. The contract features a base ordering period of five years, followed by ten option ordering periods. A minimum guarantee of $10,000.00 is provided for the base year. No set-aside is specified, but a Small Business Participation Goal of 30% is outlined. A SECRET facility security clearance is mandatory at the time of proposal submission. The anticipated NAICS code is 561210 (Facilities Support Services), and the Product Service Code is R706 (Logistics Support Services).
Submission & Evaluation
All proposals must be submitted electronically via the Procurement Integrated Enterprise Environment (PIEE) Solicitation Module by the deadline. The award will be based on a Best Value Tradeoff approach, with evaluation factors in descending order of importance: Management, USMC Technical, Navy Technical, Past Performance, Small Business Participation, and Cost/Price.
Key Updates
Amendment 0001 (April 24, 2026) significantly modified the solicitation to incorporate MCPP support for Australia and Palau. This involved moving these requirements to CLIN X003 (OCONUS) in Section B, updating the Statement of Work (J-5), Cost Model Workbook (J-7), Notional Manning Document (S-2), and CDRL listings (J). The amendment also updated the link for submitting questions to https://forms.osi.apps.mil/r/hdwUasGhwr.