Marine Corps Installations Command dropped RFQ M9549426Q0008 on April 8, 2026 — a follow-on for Acquisition Assistance and Procuring Contracting Officer (PCO) Support at MCICOM headquarters in the National Capital Region. The requirement is 100% set aside for 8(a) firms and is being competed on the GSA Multiple Award Schedule. Quotes are due May 6, 2026 at 2:00 PM EDT. Questions must be in by April 15.
On the surface, this looks like a clean, well-scoped 8(a) opportunity: one base year, four option years, a six-month FAR 52.217-8 extension, and a labor mix of exactly two Senior Contract Specialists for 21,032 total hours over the life of the contract. The work is unclassified. The place of performance is the contractor's own facility. The contract type is Firm Fixed Price for labor with cost-reimbursable treatment for travel and a small amount of ODCs.
But the more time we spent in this one, the more we found ourselves putting a yellow flag on it. This is a contract where the proposal lift is dramatically out of proportion to the headcount, and where the contracting history and vehicle selection tell a story worth paying attention to before you commit B&P dollars.
Why we're advising 8(a) firms to tread carefully on this one
Three things stood out as we worked through the package, and any one of them would be worth flagging in a bid/no-bid review. Together they change the risk calculus meaningfully.
First, the proposal lift is wildly out of proportion to the contract size. This is a two-person contract — two Senior Contract Specialists at 1,912 hours each per year. That is likely less than $2M over the five year period of performance. Now look at what the government is asking for in the technical volume: three separate sample tasks in Factor 1, including a Quarterly Procurement Performance Briefing (2-page written summary plus a 15-slide PowerPoint), a COR Compliance Management Plan of up to 10 pages, a 2-page Requirements Analysis Report, a 10-page revised Performance Work Statement with a full QASP matrix, and a 3-page Independent Government Estimate Basis of Estimate. Factor 2 adds a 5-page Quality Control Plan and a 2-page underperforming-employee response scenario. Factor 3 is two past performance references using Attachment S3. Factor 4 is the Excel pricing template.
That is, conservatively, 35+ pages of sample problems / original content plus a full PowerPoint deliverable — for a two-FTE award. If you do not already have a strong MCICOM or DON acquisition support past performance library you can lift from, this proposal will consume more capture and B&P cost than the first-year margin can absorb. Run the math before you commit.
Second, this work appears to have been previously sole-sourced to Acquisition Experts, LLC under contract M9549423C0014. Incumbency on a work scope this specific is meaningful. The incumbent has three years of cumulative procurement files, MCICOM templates, AMS and PIEE workflows, and personal relationships with the Chief of Contracting and Deputy Chief of Contracting that the RFP evaluation criteria will reward — whether explicitly or implicitly — through the sample task exercises and through past performance relevance. A challenger can win this, but needs a differentiated technical narrative and a past performance story that matches MCICOM's specific environment. "We do federal acquisition support" is not going to be enough.
Third, and most consequential: the RFI for this requirement went out on OASIS+, and then the RFQ came out on GSA MAS. That vehicle shift matters. OASIS+ is a Best-in-Class (BIC) contract vehicle — category management policy pushes DoD buyers toward BIC vehicles, and an 8(a) pool on OASIS+ would have limited the competitive field to OASIS+ 8(a) pool holders. GSA MAS is not BIC for this category. The practical effect of the switch is that the field of eligible competitors widens significantly — including the incumbent, who holds a GSA MAS contract and could not have competed this on OASIS+ if they are not on that vehicle. Whether that was a procurement strategy decision or something else, the consequence is the same: the competitive environment on this RFQ favors incumbents and established 8(a) MAS holders with strong DoD acquisition support past performance. If you were counting on a narrower OASIS+ field to make this more competitive, that assumption is gone.
The scope: what the two Senior Contract Specialists will actually do
The Performance Work Statement organizes the work into thirteen specific task areas under Section 5, all of it focused on providing non-personal acquisition support to MCICOM's Contracting Office across the full acquisition lifecycle.
Recurring reporting and data calls are a substantial portion of the work. The contractor produces an End of Year Executive Summary (due 30 business days after fiscal year end), monthly AMS Procurement Initiation Document assessments, monthly small business performance reports, quarterly obligation and action assessments, quarterly and annual Procurement Acquisition Lead Time (PALT) assessments, and the annual MCICOM PALT Guidance document. External data calls include Contract Action Reports, Quarterly Data Verification and Validation, monthly contract closeout reporting, bridge contract reporting, and the Yearly Competition Report.
Quarterly self-assessments and PPMAP support require the contractor to audit randomly selected procurement files each quarter, produce formal findings reports, deliver summary briefings to government leadership, develop comprehensive PPMAP Compliance Plans in preparation for external audits, and manage Corrective Action Plans through closure.
COR program administration is a full-lifecycle responsibility: maintaining the master COR tracking file, facilitating appointments through the Joint Appointment Module in PIEE, ensuring CLC 222 training and certification compliance, assisting contracting officers with annual performance reviews, delivering initial and recurring COR training, and producing monthly reports on COR appointments and file compliance.
Pre-award acquisition support spans market research, requirements review, solicitation drafting, acquisition planning, and source selection and price analysis under FAR Part 15. Post-award support covers contract administration documents — Determinations & Findings, modifications, Justifications & Approvals, Memorandums for Record — as well as contract closeout including draft closeout modifications and Contract Completion Statements.
Two people are expected to do all of this. That is only possible with senior talent — which is exactly why the key personnel requirement reads the way it does.
One key personnel position — and a document conflict worth asking about
The PWS explicitly designates exactly one Senior Contract Specialist as key personnel (PWS 1.6.15.a). The minimum qualifications are demanding: at least ten years as a lead negotiator and contract specialist handling pre-award and post-award functions in DoW, DON, or Marine Corps (strong preference); at least five years on large-scale service acquisitions in those same components; at least five years leading or managing teams of contract specialists or acquisition professionals; a Bachelor's degree in Business or a related field; and proficiency with SAM.gov, PIEE, ePS, AMS, and Microsoft Office.
Here's where the documents don't line up cleanly. PWS 1.6.15.a designates "one (1) Senior Contract Specialist" as key personnel, but Technical Exhibit 1 and the Pricing Template both show two Senior-Level Contract Specialists at 1,912 hours each per period. Our read is that the contract is staffed with two Senior Contract Specialists, but only one of them is formally designated key personnel for resume submission and the 14-day vacancy penalty. That is a legitimate reading, but it is also exactly the kind of ambiguity that belongs in your April 15 questions list. A written government answer costs you nothing and eliminates a downstream argument.
Also worth noting: the RFQ does not require resumes to be submitted with the proposal. Key personnel CUI training certificates are required post-award. This is unusual — most contracts of this type want resumes up front — and it means the evaluators will not be comparing your PM directly against competitors' candidates. Your technical volume has to carry the weight alone.
How quotes are evaluated
Award will be made on a best-value tradeoff basis to the responsible quoter whose proposal offers the best combination of technical approach, management approach, past performance, and price. The government intends to make award off initial quotes but reserves the right to hold exchanges. Factors 1 and 2 use an Outstanding / Acceptable / Unacceptable scale. Past performance is Acceptable / Unacceptable, with neutral ratings treated as acceptable for firms without relevant history. Price is evaluated for reasonableness, with total evaluated price including all option periods.
The RFQ does not explicitly weight the factors relative to each other, which gives the contracting officer meaningful discretion in the tradeoff. In our experience that typically favors a strong technical narrative backed by directly relevant past performance — and disadvantages firms who lead with price.
Two gotchas in the evaluation section worth flagging: proposals may be deemed unacceptable if option prices are significantly unbalanced, and quotes must be held firm for 180 calendar days from the receipt date. Build your pricing model with those two constraints in mind from the start.
Three more things buried in the solicitation worth flagging
The key personnel vacancy penalty is unusually sharp. If a key personnel vacancy exceeds 14 calendar days, the government applies a price reduction equal to the full daily labor rate for the vacant position for each day beyond the grace period. Combined with the 50% annual turnover cap (which triggers a 10% monthly invoice deduction if exceeded), this is a contract where personnel continuity is priced in directly.
The contractor furnishes everything, including MCEN-compliant laptops. The government provides no hardware. Contractor-provided laptops must be on the Marine Corps Systems Command approved list at the time of purchase, imaged by the Marine Corps at an NSFA, Pentagon, or Marine Corps Reserve facility, and maintained with direct MCEN port access every 30 days to avoid domain removal. Hard drives become government property at the end of the contract. Non-network related trips to the NCR are expected at roughly two per period of performance at two to three days each. Budget your ODCs accordingly — the solicitation limits most ODCs to the laptop purchase in the base period.
Organizational Conflict of Interest disclosure is mandatory. Because the contractor will have access to proprietary or source selection information in the course of supporting pre-award functions, OCI mitigation planning is a real consideration. The solicitation requires a negative response if no OCI exists — meaning you cannot simply omit this section. If you, a subcontractor, or a teaming partner are also pursuing contracts MCICOM might award downstream, you need an OCI mitigation plan in Volume I that holds up. This is particularly relevant if you have a teaming partner with a broader DON footprint.
The bottom line for 8(a) firms
This is a clean, unclassified, NCR-based 8(a) acquisition support contract with a stable workload and an agency that will be a good reference if you perform well. The technical scope is genuinely within reach for any 8(a) firm with strong DoD contract specialist past performance. The barriers to entry are low — no clearance, no facility security, no specialized systems beyond commercial Office and the standard federal acquisition systems most contract specialists already use.
What gives us pause is not the work — it's the math. A 35-plus page proposal with a PowerPoint deliverable, for a two-FTE award, against a likely incumbent (Acquisition Experts, LLC, per sole-source contract M9549423C0014), on a vehicle (GSA MAS) that was clearly chosen after the RFI phase on OASIS+ to broaden the competitive field. If you are not already operating in the MCICOM or broader DON contracting ecosystem, your B&P spend is going to be high relative to expected margin, and your win probability is going to be meaningfully lower than a clean-field competition.
If you have strong DON acquisition support past performance, an 8(a) certification, and at least one senior contract specialist with demonstrated Marine Corps or NAVSEA experience, this is absolutely worth pursuing. If you're missing any of those three, we would redirect your B&P budget to a better-fit opportunity and watch this one as intelligence for the next MCICOM recompete.
The April 15 questions deadline is your first real decision point. Use it — at minimum to clarify the key personnel conflict between PWS 1.6.15.a and Technical Exhibit 1, and to pin down the government's expectations around the sample task deliverables. A written answer costs nothing and meaningfully de-risks your proposal investment.
We generated a 4-page Opportunity Snapshot from the full 37-page solicitation package plus the PWS and attachments. You can download it at rfpsnapshot.com/mcicom-pco-support-snapshot — it covers the full staffing structure, key personnel requirements, proposal volume structure, evaluation criteria, and notable requirements in a format built for a go/no-bid review.