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 Department of the Army's Army Contracting Command-Aberdeen Proving Ground (ACC-APG) has issued a Solicitation for the Marketplace for Acquisition of Professional Services (MAPS), a Multiple Award Indefinite Delivery Indefinite Quantity (MA IDIQ) contract. This opportunity seeks to provide uncommon knowledge-based professional services and information technology (IT) services worldwide to Army and other federal agencies. Proposals are due May 1, 2026, at 5:00 PM Eastern Time.
Scope of Work
MAPS is a follow-on and combination of the RS3 and ITES-3S IDIQ vehicles, aiming to enhance flexibility, reduce redundancy, and improve cost-efficiency. The contract covers five primary 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
- Contract Type: Multiple Award Indefinite Delivery Indefinite Quantity (MA IDIQ)
- Maximum Value: $50 Billion
- Period of Performance: Up to 10 years (5-year base + 5-year optional ordering period)
- Task Order Types: Firm Fixed Price (FFP), Time-and-Materials (T&M), Cost Reimbursement (CR), or hybrid
- Set-Aside: Full and open competition with reserved awards for small businesses. Task orders may be restricted to Small Businesses.
- NAICS Codes: Multiple primary NAICS codes are identified in the solicitation, including 541519 (Computer Systems Design Services) and R425 (Engineering And Technical Services).
Submission & Evaluation
Proposals must be submitted through the Digital Market Portal by May 1, 2026, 5:00 PM ET. Questions are due by April 17, 2026, 5:00 PM ET. Evaluation will involve a Pass/Fail assessment of Screening Questions, a Verified Score for Past Performance, and a price analysis for reasonableness. The Government intends to make 70 awards per Domain across various business sizes (Large, Emerging Large, Small, Commercial-Sector Vendors). CUI documentation must be submitted via DoD Safe to molly.e.beale.civ@army.mil.
Key Requirements for Offerors
Offerors must meet stringent requirements, including:
- An active SECRET facility clearance.
- ISO 9001:2015 or ISO 9001:2013 certification.
- CMMC Final Level 2 (self) certification or higher, with supporting SPRS certificate documentation.
- Acceptable Government-determined Accounting and Purchasing Systems (for Large Businesses).
- CPARS performance must meet specific thresholds; for Emerging Large Businesses, 10% or more MARGINAL ratings will result in exclusion.
- Proposals must be submitted as one entity per UEI Code.
- Large and Emerging Large Businesses are required to submit a Small Business Subcontracting Plan.
- Past Performance evaluations will consider projects within three years prior to May 1, 2026.
Contact Information
For inquiries, contact the ACC-APG Email Box at usarmy.apg.acc.mbx.acc-apg-maps-contracting-office@army.mil.