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 a Solicitation for the Marketplace for Acquisition of Professional Services (MAPS), a Multiple Award (MA) Indefinite Delivery Indefinite Quantity (IDIQ) contract. This initiative aims to provide uncommon knowledge-based professional services and IT support to Army and other federal agencies worldwide. Proposals are due May 1, 2026.
Purpose & Scope
MAPS is a follow-on and combination of the ACC-APG RS3 and PL Digital Market’s ITES-3S IDIQ vehicles, designed to enhance flexibility, reduce redundancy, and improve cost-efficiency in acquiring professional services. The contract will support Army enterprise infrastructure and infostructure goals globally, including hostile areas.
The scope 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
This is a Multiple Award IDIQ with a maximum total contract value (ceiling) of $50 Billion, including an optional ordering period. The period of performance consists of a five-year base ordering period and one five-year optional ordering period, totaling up to 10 years. While the base contract is Firm Fixed Price, individual Task Orders (TOs) may utilize Fixed Price, Time-and-Materials, or Cost Reimbursement contract types, or a hybrid. The primary NAICS code is 541519, with five primary NAICS codes identified in the solicitation.
Set-Aside & Eligibility
The base contract will be awarded through Full and Open Competition with reserved awards for small businesses. The Government intends to make 70 awards per Domain, with specific allocations for Large Businesses, Emerging Large Businesses, Small Businesses, and Commercial-Sector Vendors. Key eligibility requirements include an active SECRET facility clearance, ISO 9001:2015 or 2013 certification, and CMMC Final Level 2 or higher certification. Offerors must propose as one entity per UEI Code, and Large/Emerging Large Businesses must submit a Small Business Subcontracting Plan. CPARS performance will be evaluated, with specific thresholds for marginal ratings.
Submission & Evaluation
Proposals must be submitted through the Digital Market Portal by May 1, 2026, at 5:00 PM Eastern Time. Questions are due by April 17, 2026, 5:00 PM Eastern Time. Evaluation involves a Pass/Fail screening, a verified score for Past Performance, and a price analysis. The highest technically rated proposal offering a fair and reasonable price will be selected. CUI supporting documentation must be submitted via DoD Safe.
Amendments
Amendment 02 (April 9, 2026) clarified the definition of "Emerging Large Business," added UEI Code requirements for single-entity proposals, refined instructions for the SF33 and Small Business Subcontracting Plans, and updated scorecards to align with "Schedule" evaluation criteria. Amendment 01 (April 7, 2026) updated CPARS recency dates and provided instructions for CUI documentation submission.