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) is soliciting proposals for the Marketplace for Acquisition of Professional Services (MAPS), a Multiple Award (MA) Indefinite Delivery Indefinite Quantity (IDIQ) contract. This contract, a follow-on and combination of the RS3 and ITES-3S vehicles, aims to provide uncommon knowledge-based professional services and information technology (IT) services worldwide to Army customers, Portfolio Acquisition Executives (PAE), Capability Program Executive (CPE) Enterprise Software and Service (ES2), Department of War (DoW) agencies, and other federal agencies. The maximum total contract value is $50 billion over a 10-year period (5-year base + 5-year option). Proposals are due May 1, 2026, 1700 Eastern Time.
Scope of Work
The contract covers five 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 excluded are Inherently Governmental Functions, Personal Services, Architect & Engineering (A&E) Services, and Construction Services.
Contract Details
- Type: Multiple Award Indefinite Delivery Indefinite Quantity (MA IDIQ)
- Value: Up to $50 Billion
- Period of Performance: 5-year base + 5-year optional ordering period (total 10 years)
- Task Order Types: Firm Fixed Price, Time-and-Materials, Cost Reimbursement (or hybrid)
- Set-Aside: Full and open competition with reserved awards for small businesses. Awards will be made to Large, Emerging Large, Small, and Commercial-Sector Vendors.
- Awards: The Government intends to make 70 awards per Domain.
Evaluation Factors
Proposals will undergo an initial self-score, followed by a verification review, and then a price analysis for fair and reasonable pricing. Key screening questions (e.g., active SECRET facility clearance, ISO 9001, CMMC Final Level 2, acceptable accounting/purchasing systems, CPARS thresholds) must be answered "YES" to avoid disqualification. Evaluation criteria include Government Approved Systems and Certifications, Past Performance (Recency, Relevance, NAICS Alignment, Performance Quality, Dollar Value, Passthrough Rate), and specific metrics for LOE and Outcome-Based Qualifying Projects (Vacancy Rate, Time to Fill Rate, Schedule, Completeness).
Submission Requirements
- Proposal Due: May 1, 2026, 1700 Eastern Time.
- Questions Due: April 17, 2026, 1700 Eastern Time.
- Submission Method: Via the Digital Market Portal (
https://chess.army.mil/proposal/default/index). Only the last submitted package will be evaluated. - CUI Documentation: Must be submitted separately via DoD Safe to molly.e.beale.civ@army.mil.
- Required Attachments: Cover Letter (signed SF33), Screening Questions and Scorecard, Qualifying Projects, Past Performance Questionnaires.
- Cybersecurity: CMMC Final Level 2 or higher is required.
Contact Information
Email: usarmy.apg.acc.mbx.acc-apg-maps-contracting-office@army.mil