MCCLL Professional Support Services
ID: M00264-26-0001Type: Presolicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYCOMMANDERQUANTICO, VA, 22134, USA

NAICS

Administrative Management and General Management Consulting Services (541611)

PSC

SUPPORT- PROFESSIONAL: PROGRAM MANAGEMENT/SUPPORT (R408)

Set Aside

8a Competed (8A)
Timeline
    Description

    The Department of Defense, through the Marine Corps Installations National Capital Region-Regional Contracting Office (MCINCR-RCO), is seeking proposals for Professional Support Services for the Marine Corps Center for Lessons Learned (MCCLL) at Quantico, Virginia. This follow-on contract will be a 100% 8(a) small business set-aside and will include a hybrid structure of Firm Fixed-Price (FFP) for services and Cost Reimbursement for travel and other direct costs, with a performance period consisting of a 12-month base and four 12-month option periods. The services are critical for program management, lessons learned support, data analysis, and content management, requiring a SECRET Facility Clearance Level for handling classified information. Proposals are due by December 15, 2025, at 4:00 PM EST, and interested parties can contact Christian Hernandez-Soto at christian.hernandezsoto@usmc.mil or Edgar Lopez-Jimenez at edgar.lopezjimenez@usmc.mil for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    The Marine Corps Installations National Capital Region-Regional Contracting Office (MCINCR-RCO) is seeking professional support services for the Marine Corps Center for Lessons Learned (MCCLL) through a follow-on contract. This 100% 8(a) small business set-aside will be a hybrid contract with firm-fixed-price and cost-reimbursement elements, including a 12-month base period and four 12-month option periods. The solicitation, under NAICS Code 541611 ($24.5 million size standard) and PSC R408, requires a SECRET Facility Clearance Level. The Request for Proposals (RFP) will be posted on SAM.GOV around January 16, 2025. The scope of work involves program management, lessons learned support and collection, data analysis and production, and content management and transcription. Tasks will be performed on both NIPRNET and SIPRNET, with a requirement for classified information handling up to the SECRET level. Primary locations include MCB Quantico, VA, and various Marine Corps bases globally.
    The Marine Corps Installations National Capital Region-Regional Contracting Office (MCINCR-RCO) is seeking professional support services for the Marine Corps Center for Lessons Learned (MCCLL) at Quantico, VA. This presolicitation, Notice ID M00264-26-0001, is a follow-on requirement to an existing contract and will be a 100% 8(a) small business set-aside. The contract will be a hybrid type, including Firm Fixed-Price (FFP) for services and Cost Reimbursement for travel and other direct costs. It will consist of a 12-month base period and four 12-month option periods, with an additional option to extend services for up to six months. The NAICS code for this opportunity is 541611, Administrative Management and General Management Consulting Services. Offers are due by December 15, 2025, at 4:00 PM EST.
    Lifecycle
    Title
    Type
    Presolicitation
    Similar Opportunities
    M00264-26-RFI-001 Marine Corps Information Maneuver School (MCIMS)
    Buyer not available
    The Department of Defense, through the Marine Corps Information Maneuver School (MCIMS), is seeking sources for contract support to provide academic instruction and training in Civil Affairs (CA), Civil-Military Operations (CMO), and Information Operations (IO) planning. The objective is to identify qualified vendors capable of delivering curriculum development and course maintenance for various Military Occupational Specialties (MOS), including the CA MOS Course and CMO Planner, which are critical for preparing Marines for operational effectiveness. The current contract is held by Green Cell Consulting LLC, and the anticipated NAICS code for this opportunity is 611430, with a size standard of $15 million. Interested parties must submit their responses, including a capabilities statement and business details, by December 30, 2025, at 10:00 AM EDT, to Erin Silverthorn at erin.silverthorn@usmc.mil or Christa Eggleston-Scott at christa.eggleston-sc@usmc.mil.
    Commercial Kennels/Boarding Military Working Dogs
    Buyer not available
    The Department of Defense, through the Marine Corps Installations National Capital Region – Regional Contracting Office (MCINCR-RCO), is seeking vendors capable of providing kenneling and boarding services for 10 to 20 Military Working Dogs over a period of 24 to 48 months, with a requested start date of December 1, 2025. The facilities must be located within the immediate vicinity of Quantico, Virginia, and must meet specific requirements, including a minimum run size of 8x8, 24/7 access for military personnel, and no shared areas with other pets. This Request for Information (RFI) aims to gather industry feedback on capabilities, barriers to competition, and pricing structures, among other considerations. Interested vendors must submit their responses by 12:00 PM EST on November 13, 2025, via email to hal.d.jones@usmc.mil and sharon.palustre@usmc.mil, with submissions limited to four pages and including essential business details and responses to the RFI questions.
    NECC Central Issue Facilities Programs
    Buyer not available
    The Department of Defense, through the Naval Supply Center (NAVSUP) Fleet Logistics Center (FLC) Norfolk, is seeking qualified 8(a) firms to provide Central Issue Facilities Support Services for the Navy Expeditionary Combat Command (NECC). The primary objective of this procurement is to obtain analytical and logistical product support management for three Central Issue Facilities (CIFs) located in Williamsburg, Virginia, and Gulfport, Mississippi, focusing on inventory management, customer support, and logistics analysis for Infantry Combat Equipment (ICE) and medical/dental materials. This contract is anticipated to be a firm-fixed-price type, with performance expected to commence around March 26, 2026, and will span five years, including one base year and four option years. Interested parties should submit their capabilities statements by December 18, 2025, to Sherell Brown at sherell.g.brown.civ@us.navy.mil and Morgan Olszak at morgan.e.olszak.civ@us.navy.mil.
    Multiple Award Indefinite Delivery Indefinite Quantity (MA IDIQ) Contracts for Leasing Multi-Functional Devices (MFDs) for Navy Marine Corps Intranet (NMCI)
    Buyer not available
    The Defense Logistics Agency (DLA) is seeking qualified sources for Multiple Award Indefinite Delivery Indefinite Quantity (MA IDIQ) contracts to lease Multi-Functional Devices (MFDs) and associated services for the Navy Marine Corps Intranet (NMCI). The procurement aims to provide MFDs, accessories, and office document devices, along with installation, maintenance, training, and network security services for a period of up to 60 months at a flat rate. These contracts are crucial for ensuring efficient document management and operational support within the Department of the Navy. Interested companies must submit a capabilities package by December 12, 2025, and direct any questions by November 14, 2025, to the designated contacts, Matthew O’Brien and Jennifer DeWease, via their provided emails.
    Design-Build/Design-Bid-Build, Indefinite Delivery/Indefinite Quantity (IDIQ) Multiple Award Construction Contract (MACC) for General Construction Services for NAVFAC Mid-Atlantic's Marine Corps Installations (MCI) East AOR
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Command (NAVFAC) Mid-Atlantic, is seeking qualified contractors for a Design-Build/Design-Bid-Build (DB/DBB) Indefinite Delivery/Indefinite Quantity (IDIQ) Multiple Award Construction Contract (MACC) for general construction services at Marine Corps Installations (MCI) East, covering North and South Carolina. The procurement aims to award approximately five Firm Fixed Price (FFP) contracts, with a total estimated construction cost not exceeding $975 million over five years, focusing on projects ranging from $25 million to $150 million, including the initial seed project, the P-1538 SOF Armory at Camp Lejeune, NC. This initiative is critical for enhancing military infrastructure and ensuring compliance with safety and environmental regulations. Proposals are due by 2:00 PM local time on September 23, 2025, and interested parties can contact James Godwin at james.a.godwin41.civ@us.navy.mil or 757-341-1999 for further information.
    C2 Digital and Simulation Support
    Buyer not available
    The Department of Defense, through the Mission and Installation Contracting Command (MICC) at Fort Leonard Wood, Missouri, is preparing to solicit proposals for Command and Control (C2) Digital and Simulation Support services. This procurement aims to acquire comprehensive digital training instruction and event support services, which will be performed in accordance with a detailed Performance Work Statement (PWS). The contract will be set aside for 8(a) Small Business Concerns and will consist of a firm-fixed price with a one-year base period and four optional one-year periods. Interested contractors should monitor sam.gov for the upcoming Request for Proposals (RFQ) under Solicitation Number W911S7-25-R-A015, expected to be posted on or after October 15, 2025. For further inquiries, potential bidders can contact Kimberly Krumm at kimberly.d.krumm.civ@army.mil or Julie West at julie.m.west4.civ@army.mil.
    Multiple Award Construction Contract (MACC) - Large Scale Military Projects
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Command (NAVFACSYSCOM) Washington, is soliciting proposals for a Multiple Award Construction Contract (MACC) focused on large-scale military projects in Washington D.C., Maryland, and Virginia. This Indefinite-Delivery, Indefinite-Quantity (IDIQ) contract will encompass general construction services, including design-build and design-bid-build projects, with a total contract value not to exceed $8 billion over an eight-year period. The selected contractors will be responsible for a variety of construction tasks, including new construction, renovation, and demolition of facilities supporting military operations. Interested parties must submit both price and non-price proposals by January 14, 2026, with inquiries directed to Holly Snow at holly.r.snow.civ@us.navy.mil or Molly Lawson at Molly.e.lawson.civ@us.navy.mil.
    Pilot and Aircrew Curriculum Revision and Maintenance (PACRM) Multiple Award Contract (MAC) II
    Buyer not available
    The Department of Defense, specifically the Naval Air Warfare Center Training Systems Division (NAWCTSD), is seeking qualified sources for the Pilot and Aircrew Curriculum Revision and Maintenance (PACRM) Multiple Award Contract (MAC) II. This procurement aims to provide essential services for the revision and maintenance of training programs for Navy and Marine Corps personnel, ensuring the accuracy and currency of various curricula and electronic classroom systems. The PACRM MAC II will facilitate streamlined and responsive procurements to meet the long-term training needs of Naval and Marine Corps commands, as well as other government training support activities. Interested parties, particularly Service-Disabled Veteran-Owned Small Businesses (SDVOSBC), should contact Kelly Stevens at kelly.m.stevens4.civ@us.navy.mil or call 407-380-4143 for further details, with the contract anticipated to be awarded by August 26, 2025.
    Final Request for Proposal under FTSS V MAC Lot 1
    Buyer not available
    The Department of Defense, specifically the Naval Air Warfare Center Training Systems Division (NAWCTSD), is issuing a Final Request for Proposal under the Fielded Training Systems Support (FTSS) Multiple Award Contract (MAC) V Lot 1 for Contractor Instructional Services for Naval Air Forces Atlantic Fleet (CISLANT). This procurement aims to support training devices at various sites, including NS Norfolk, NAS Oceana, NAS Jacksonville, and NS Mayport, with a performance period of 60 months, starting with mobilization on July 1, 2026. The selected contractor will provide essential instructional services for military training, ensuring the effective operation and maintenance of critical training aids and devices. Interested FTSS V MAC holders must contact Lynn Carlson at lynn.a.carlson4.civ@us.navy.mil or call 407-694-6394 to access the necessary documents and further details regarding the proposal.
    Technical, Analytical and Financial Services, Deputy Chief of Staff (DCS, G-8) Directorates
    Buyer not available
    The Department of Defense, specifically the U.S. Army Contracting Command – Aberdeen Proving Ground (ACC-APG), is soliciting proposals for Technical, Analytical, and Financial Support Services for the Deputy Chief of Staff (DCS, G-8) Directorates. The procurement aims to secure a Cost Plus Fixed Fee (CPFF) contract that includes a base year, four option years, and a six-month extension, focusing on providing essential support services to enhance operational effectiveness. This contract is critical for ensuring the DCS G-8's ability to manage and execute its responsibilities effectively, with a total estimated value of $550,000. Interested parties must submit their proposal packages by 3:00 PM EST on December 16, 2025, and can direct inquiries to Salma K. Williamson or Gabriel Feltenstein via their provided email addresses.