SOURCES SOUGHT
99 -- Logistics Civil Augmentation Program (LOGCAP) RFI/Sources Sought #2 - Future Concept of LOGCAP
- Notice Date
- 7/1/2025 11:47:41 AM
- Notice Type
- Sources Sought
- NAICS
- 561210
— Facilities Support Services
- Contracting Office
- W6QK ACC-RI ROCK ISLAND IL 61299-0000 USA
- ZIP Code
- 61299-0000
- Solicitation Number
- PANROC-25-P-0000025256
- Response Due
- 7/18/2025 1:00:00 PM
- Archive Date
- 08/02/2025
- Point of Contact
- Shaun Peterson, Phone: 5206931089, Kristine Pennock, Phone: 5206931188
- E-Mail Address
-
shaun.y.peterson.civ@army.mil, kristine.s.pennock.civ@army.mil
(shaun.y.peterson.civ@army.mil, kristine.s.pennock.civ@army.mil)
- Description
- Purpose: The U.S. Army Contracting Command � Rock Island (ACC-RI) is conducting market research to gather Industry feedback on a potential acquisition approach for the future of the Logistics Augmentation Program (LOGCAP). Below is a brief description of the contract vehicles and contract types being considered at this time. Contract Vehicles: The USG envisions awarding two Single Award Task Order Contracts (SATOCs). The two SATOCs are as follows: 1) One SATOC will support requirements in the East Strategic Support Area (SSA) and will include NORTHCOM (East), EUCOM, CENTCOM, and AFRICOM. 2) The second SATOC will support requirements in the West SSA and will include NORTHCOM (West), INDOPACOM, and SOUTHCOM. The USG also envisions awarding Multiple Award Task Order Contracts (MATOCs) set-aside for NORTHCOM CONUS Small Business requirements. Task orders will be awarded in a manner that optimizes mission support while supporting small businesses and set asides. The USG is considering a task order award rotation for certain requirements. Contract Type: The USG is considering the following contract types: Cost Plus Fixed Fee (CPFF), Firm-Fixed Price (FFP), and Fixed Price Incentive Firm Target (FPIF). Request for Information: ACC-RI is requesting up to a three-page white paper on the feasibility of the above concept from both large and small business perspectives. We are interested in learning more about 8(a) vendor capabilities for the SATOC actions. The USG will not entertain new strategies or ideas at this time.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/63856422ed984b2b8dcac8f80a084770/view)
- Place of Performance
- Address: Rock Island, IL, USA
- Country: USA
- Country: USA
- Record
- SN07496242-F 20250703/250701230052 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |