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) has issued Amendment 0001 for the Marketplace for Acquisition of Professional Services (MAPS) solicitation. This Multiple Award (MA) Indefinite Delivery Indefinite Quantity (IDIQ) contract seeks to provide uncommon knowledge-based professional services and IT services worldwide to Army and other federal agencies. This effort combines and replaces the RS3 and ITES-3S IDIQ vehicles, aiming for enhanced flexibility, reduced redundancy, and improved cost-efficiency. Proposals are due May 1, 2026, at 5:00 PM ET.
Scope of Work
MAPS will cover five key technical support areas:
- 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 not within scope include Inherently Governmental Functions, Personal Services, Architect & Engineering (A&E) Services, and Construction Services. Performance will be worldwide, including CONUS, OCONUS, and hostile areas.
Contract Details
- Contract Type: Multiple Award Indefinite Delivery Indefinite Quantity (MA IDIQ)
- Maximum Value: $50 Billion (including optional ordering period)
- Period of Performance: Up to 10 years (5-year base + 1 five-year option)
- Task Order Types: Firm Fixed Price (FP), Time-and-Materials (T&M), and 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.
- NAICS: Five primary NAICS codes are identified in the solicitation, though only one is listed in SAM.gov. The Product Service Code is R425 (Engineering And Technical Services).
Submission & Evaluation
- Proposal Due Date: May 1, 2026, NLT 1700 Eastern Time.
- Questions Due Date: April 17, 2026, NLT 1700 Eastern Time.
- Submission Method: Proposals must be submitted through the Digital Market Portal (
https://chess.army.mil/proposal/default/index). CUI documentation must be submitted separately via DoD Safe to molly.e.beale.civ@army.mil. - Evaluation: Proposals will undergo a Pass/Fail screening, followed by a Verified Score for Past Performance, and a price analysis. The Government intends to make 70 awards per Domain.
- Key Requirements: Offerors must meet mandatory screening criteria, including CMMC Final Level 2 (self) certification or higher, and for most business types, an active SECRET facility clearance and ISO 9001:2015/2013 certification. Past performance will be evaluated based on projects within three years prior to May 1, 2026.
Contact Information
For acquisition-related questions, use the Live Q&A button on the submission page. For portal/site access issues, contact armychess@army.mil. The primary contracting email is usarmy.apg.acc.mbx.acc-apg-maps-contracting-office@army.mil.