Marketplace for Acquisition of Professional Services (MAPS)
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 Army Contracting Command-Aberdeen Proving Ground (ACC-APG), supporting the Capability Program Executive (CPE) Enterprise Software and Service (ES2), intends to award a Multiple Award (MA) Indefinite Delivery Indefinite Quantity (IDIQ) contract named Marketplace for Acquisition of Professional Services (MAPS). This contract combines and follows on from the RS3 and ITES-3S IDIQ vehicles. MAPS will provide uncommon knowledge-based professional services and IT services worldwide to Army customers, DoW agencies, and other federal agencies. The objective is to enhance flexibility, reduce redundancy, and improve cost-efficiency.
Scope of Work
MAPS will cover a broad range of services, including:
- Engineering, Logistics and Operational Services
- Research, Development, Test and Evaluation (RDT&E) Services
- Management and Advisory Services
- Emerging IT Services
- Foundational IT Services
Services explicitly excluded are Inherently Governmental Functions, Personal Services, Architect & Engineering (A&E) Services, and Construction Services.
Contract Details
- Contract Type: Multiple Award Indefinite Delivery Indefinite Quantity (MA IDIQ)
- Ceiling Value: Up to $50 Billion (including optional ordering period)
- Period of Performance: Base Period: 5 Years; Optional Ordering Period: 5 Years (totaling up to 10 years). Task Orders will have their own PoP.
- Pricing: Firm Fixed Price (FFP) for the base contract. Task Orders may be Fixed Price (FP), Time-and-Materials (T&M), Cost Reimbursement (CR), or a hybrid.
- Set-Aside: Full and open competition with reserved awards for small businesses. Orders may be restricted to Small Businesses based on market research.
- NAICS: Primary NAICS is 541519, though the solicitation identifies five primary NAICS codes.
Submission & Evaluation
- Proposal Submission Deadline: May 1, 2026, 5:00 PM local time
- Questions Submission Deadline: April 17, 2026, 5:00 PM Eastern Time
- Submission Method: Proposals must be submitted via the Digital Market Portal (
https://chess.army.mil/proposal/default/index). - Evaluation: Proposals will undergo a Pass/Fail screening (e.g., active SECRET facility clearance, ISO 9001, CMMC Final Level 2, acceptable accounting/purchasing systems, CPARS thresholds), followed by a Verification Review and Downward Adjustments. Award will be made to the highest technically rated proposal offering a fair and reasonable price. Tie-breaker criteria are outlined for different business sizes.
Key Requirements & Notes
- Offerors must register on the Digital Market Portal.
- Required attachments include a Cover Letter, Scorecard (specific to business size), Qualifying Projects Form, and Past Performance Questionnaire (PPQ).
- Cybersecurity Maturity Model Certification (CMMC) Level 2 (C3PAO) or higher is required for contractor information systems processing, storing, or transmitting Federal Contract Information (FCI) or Controlled Unclassified Information (CUI).
- Offerors must complete a Cover Letter (Attachment 0001) detailing company information, proposed domains, business size, and any Joint Venture/Mentor Protégé relationships.
- Qualifying Projects (Attachment 0003) and Past Performance Questionnaires (Attachment 0004) are critical for evaluation.