LOGCAP Industry Day Dallas
ID: PANROC-P-0000-025256Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QK ACC-RIROCK ISLAND, IL, 61299-0000, USA

NAICS

Facilities Support Services (561210)
Timeline
    Description

    The Department of Defense, specifically the Department of the Army, is hosting the LOGCAP Industry Day in Dallas from March 2 to March 4, 2026, to discuss the Logistics Civil Augmentation Program (LOGCAP) VI acquisition strategy. This event aims to facilitate meaningful discussions on the draft Performance Work Statement (PWS) and various acquisition strategy topics, focusing on enhancing global logistics support through a Multiple Award Task Order Contract (MATOC) framework. The LOGCAP program is crucial for providing scalable logistics, engineering, and support services across all phases of military operations, emphasizing responsiveness and accountability in contested environments. For further inquiries, interested parties can contact Shaun Peterson at shaun.y.peterson.civ@army.mil or Michael Coon at michael.a.coon21.civ@army.mil. Note that registration for this event has closed, and only confirmed participants will be allowed to attend.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a comprehensive set of questions for potential contractors interested in the LOGCAP VI program, covering various aspects crucial for federal government RFPs. It seeks to understand a company's operational capabilities, including its role as a prime or subcontractor, certification status, years in business, core competencies in contingency operations, personnel size, and experience with urgent missions and similar large-scale contracts. Financial stability is a major focus, with questions about funding multi-million dollar contracts, access to capital, lines of credit, and DCAA-approved accounting systems. The document also delves into operational readiness, risk management, global deployment capabilities, and personnel recruitment and retention for contingency operations. Furthermore, it explores innovative approaches to improve war-fighting readiness, cost-savings, program management, and the use of data analytics. The government is also seeking feedback on evaluation methodologies like scenario-based oral presentations, the 'waterfall' approach for awards, contract structuring for different operational phases, and the benefits of SATOC versus MATOC structures for LOGCAP VI. The overarching goal is to identify contractors capable of delivering efficient, innovative, and financially sound support for LOGCAP VI, with a strong emphasis on continuous improvement and adaptability.
    The Army Sustainment Command (ASC) is restructuring its major contracted logistics programs, including LOGCAP, Army Pre-Positioned Stock, and EAGLE, into a unified LOGCAP VI platform. This new strategy will establish separate contract vehicles for large and small businesses, with an emphasis on subcontracting opportunities for small businesses within the large business component. An upcoming industry engagement will focus on the large business aspect of LOGCAP VI, with priority for 1-on-1 sessions given to large businesses due to limited slots. Small businesses can attend the general session and request 1-on-1s, but these will be granted based on availability after large business registrations. Future engagements will specifically target the small business element of LOGCAP VI.
    This government file outlines 21 key questions for potential contractors regarding the LOGCAP VI program, covering various aspects crucial for federal government RFPs. It seeks detailed information on company overviews, including certification status, years in business, and core competencies relevant to contingency operations. The document explores contractor intent to propose as prime or subcontractor, geographic support capabilities, and rapid deployment abilities. It also delves into preferences for SATOC vs. MATOC contract structures, the optimal number of prime contractors, and the replication of the LOGCAP V 'waterfall' approach for awards. The file requests industry thoughts on evaluation methods like Highest Technically Rated Offeror (HTRO) with a Self-Scoring Matrix and scenario-based oral presentations. It emphasizes innovation in war-fighting readiness, cost-savings, and administrative program management, seeking recommendations for evaluation structures that credit innovation beyond cost/price. Furthermore, the document addresses contractual triggers for adapting to operational phases, unique capabilities, data analytics leverage, and areas for improvement from LOGCAP V. Finally, it probes organizational size, personnel recruitment and retention, experience with similar contracts, operational readiness, risk management, and financial resources to support multi-million-dollar task orders.
    The Logistics Civil Augmentation Program (LOGCAP) VI outlines its acquisition strategy, emphasizing alignment with national defense priorities, global readiness, and an adaptive industrial base. The program plans a Multiple Award Task Order Contract (MATOC) structure with both Firm-Fixed-Price (FFP) and Cost-Plus-Fixed-Fee (CPFF) contract types. Key Army transformation initiatives, such as a Digital Program Management Dashboard, advanced engineering technologies like Digital Twin Modeling and Additive Manufacturing, Resilient & Smart Energy Solutions, AI-Driven Predictive Analytics, and Autonomous Logistics & Delivery, will be integrated into the PWS as needed. The evaluation strategy will use a Highly Technical Review and Objective (HTRO) scoring matrix for IDIQ holders, with Best Value Trade-Off competition for task orders considering technical, small business participation, and price. Small business integration is a priority, encouraging mentor-protégé relationships and stringent evaluation of participation. The plan includes a three-day agenda with government-led discussions and one-on-one meetings with numerous industry partners.
    The Logistics Civil Augmentation Program (LOGCAP) VI outlines a draft acquisition strategy for a Multiple Award Task Order Contract (MATOC) to provide global logistics support. The strategy emphasizes aligning with national defense priorities, enhancing global readiness, and fostering a resilient industrial base through clear evaluation criteria and small business participation. Key services include engineering, facilities management, transportation, and supply support. The program incorporates Army transformation initiatives like digital program management, advanced engineering technologies (digital twin modeling, additive manufacturing), AI-driven predictive analytics, and autonomous logistics. Proactive planning for contested environments and rigorous quality control for engineering projects are also central. The acquisition process involves a Highly Technically Rated Offeror (HTRO) evaluation for IDIQ awards and a Best Value Trade-Off competition for task orders, considering technical approach, small business involvement, and price. The goal is to identify capable prime contractors while promoting innovation and efficiency.
    The document outlines discussion topics for one-on-one sessions with large and small businesses regarding the LOGCAP program. For large businesses, key areas include evaluation strategies for HTRO IDIQ and Best Value Trade-off awards, focusing on quantifiable metrics, equivalent experience, and fostering innovation. It also covers program management, data strategy, risk allocation, and small business integration, seeking recommendations on accountability models and strategic value. For small businesses, the agenda emphasizes effective teaming, prime contractor accountability, realistic subcontracting goals, and fair evaluation methods for their capabilities and past performance, especially when experience is primarily as a subcontractor. Both sessions conclude with a request for strategic advice to ensure the long-term success of the LOGCAP program. The document is controlled by Army Contracting Command – Rock Island.
    This government file outlines discussion topics for both large and small businesses regarding the implementation of the Humanitarian and Tropic Relief Operations (HTRO) framework and LOGCAP services. For large businesses, the discussions focus on establishing quantifiable metrics and qualitative factors for evaluating global capability, such as personnel supported, mobilization speed, and operational environment complexity, to ensure fair HTRO implementation. It also seeks to identify discriminators for FAR 16.5 Task Order trade-offs and equivalent experience for LOGCAP sustainment task orders. For small businesses, the topics revolve around preferred methods for the U.S. government to evaluate small business subcontracting goals, appropriate percentages and weighting, and accountability mechanisms for prime contractors. Additionally, small businesses are invited to discuss their strengths concerning LOGCAP Performance Work Statement services. The document is controlled by Army Contracting Command – Rock Island and is categorized as SSEL CUI with a NOFORN distribution statement.
    The LOGCAP Industry Event, held from January 26-28, 2026, by ACC-RI & ASC, focused on the LOGCAP VI acquisition strategy. Key discussions included aligning LOGCAP VI with the National Security Strategy and AR 700-137, enhancing global readiness, and fostering an adaptive industrial base. The event outlined the broad scope of LOGCAP services, covering engineering, facilities management, logistics, and various support operations. Milestones for LOGCAP VI extend to January 2029, with significant activities like solicitation issuance, evaluations, and award announcements. Market research revealed strong industry support for a Multiple Award Task Order Contract (MATOC) structure with FFP & CPFF contract types. Small business integration is a priority, encouraging mentor-protégé relationships and stringent evaluation of small business participation. The HTRO evaluation strategy (FAR 15) for IDIQ holders will be objective, with no price evaluation at this stage. Best Value Trade-Off competition (FAR 16.5) for Task Order awards will consider technical, small business participation, and price, with all offerors required to propose to every COCOM. The event also sought industry input on defining technical factors, evaluating past performance, and structuring proposals.
    The Logistics Civil Augmentation Program (LOGCAP) Performance Work Statement (PWS) outlines a comprehensive framework for augmenting U.S. Army sustainment capabilities through commercial partnerships. The program aims to provide scalable logistics, engineering, supply, maintenance, transportation, and health services across all phases of military operations, from strategic planning (Phase 0) to stabilization (Phase IV) and civil authority enablement (Phase V). Key objectives include responsiveness, affordability, transparency, predictability, capability, accountability, and flexibility, especially in contested environments. The PWS details the contractor's responsibilities, including program management, strategic analysis, modernization initiatives, and rapid response capabilities like quartering parties and non-military individual replacement deployment operations. It also covers stringent engineering standards, extensive logistics services such as food, public works, waste management, community services, and fire/emergency services, along with detailed supply, maintenance, and transportation requirements. Health services encompass medical, dental, behavioral, preventive medicine, and veterinary care. Contractor self-sustainment and strict compliance with government standards and regulations are emphasized throughout the document.
    The Army Contracting Command – Rock Island (ACC-RI) and Army Sustainment Command (ASC) will host an Industry Engagement from October 6-8, 2025, to discuss the Logistics Civil Augmentation Program (LOGCAP) contract vehicle, modernization, and LOGCAP VI planning. The in-person event at Rock Island Arsenal will include a general session and 1-on-1 vendor breakout sessions, with attendance limited to four participants per company. The USG will provide a forms link for industry questions, with anonymous answers posted publicly. The USG will also share its list of questions for 1-on-1 sessions in advance. These 1-on-1 sessions aim to advance LOGCAP VI pre-award efforts and gather information that may influence the Army’s acquisition strategy. All information shared by industry will remain proprietary. Companies must register by September 19, 2025, providing company details, SAM registration status, Excluded Party List status, and interest in attending sessions. This event is for planning purposes only and does not constitute a Request for Proposal.
    The Rock Island Arsenal Access Request Form (RIA FORM 190-1, June 2022) is required for all visitors not affiliated with the Department of Defense or US Government to gain access to the installation. The form collects personal information, purpose of visit (official/commercial business or recreational), and requires consent for a criminal records check. A background check through the National Crime Information Center (NCIC) is mandatory. Visitors must present acceptable identification, and if driving, a valid driver's license, registration, and proof of insurance. The form outlines conditions for access, including potential denial, appeal processes, and restrictions on conduct and areas of access. Firearms and other weapons are prohibited. The form can be submitted in person or via email to the Visitor Welcome Center.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Loading similar opportunities...