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 ACC-APG is soliciting proposals for the Marketplace for Acquisition of Professional Services (MAPS), a Multiple Award Indefinite Delivery Indefinite Quantity (MA IDIQ) contract. This $50 billion ceiling vehicle will provide uncommon knowledge-based professional services and IT services worldwide to Army, Department of War, and other federal agencies. It serves as a follow-on and combination of the RS3 and ITES-3S IDIQ contracts, aiming to enhance flexibility and cost-efficiency. Proposals are due May 1, 2026, at 5:00 PM Eastern Time.
Scope of Work
MAPS will cover 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 period + one 5-year optional ordering period)
- Task Order Types: Firm Fixed Price (FFP), 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: While the system allowed only one, the solicitation identifies five primary NAICS codes.
Submission & Evaluation
- Proposal Submission Deadline: May 1, 2026, 5:00 PM Eastern Time.
- Questions Due: April 17, 2026, 5:00 PM 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. - Key Requirements: Offerors must possess an active SECRET facility clearance, ISO 9001:2015/2013 certification, and CMMC Final Level 2 (self) certification or higher. Large and Emerging Large Businesses must submit a Small Business Subcontracting Plan. Proposals must be from a single entity per UEI Code.
- Evaluation: Award will be based on a Pass/Fail screening of mandatory requirements, followed by a verified score for Past Performance, and a price analysis for reasonableness. The government intends to make 70 awards per Domain, with specific allocations for Large, Emerging Large, Small Businesses, and Commercial-Sector Vendors. Past performance recency is evaluated for projects completed within three years prior to May 1, 2026.
Amendments & Notes
This solicitation has undergone Amendment 002, which clarified definitions for "Emerging Large Business," added UEI Code requirements, refined instructions for screening questions and subcontracting plans, and updated scorecards to align with "Schedule" evaluation criteria. Offerors should review the latest attachments, including the amended solicitation, scorecards, Qualifying Project Form (Attachment 0003 Amd 02), and Past Performance Questionnaire (Attachment 0004 Amd 01).