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 opportunity aims to provide uncommon knowledge-based professional services and IT services worldwide to Army and other federal agencies. The maximum total contract value is $50 Billion. Proposals are due by May 1, 2026, at 5:00 PM Eastern Time.
Scope of Work
MAPS will support Army enterprise infrastructure and infostructure goals globally, including CONUS, OCONUS, and hostile areas. It combines the Responsive Strategic Sourcing for Services (RS3) and Information Technology Enterprise Solutions – 3 Services (ITES-3S) IDIQ vehicles to enhance flexibility, reduce redundancy, and improve cost-efficiency. Technical Support Areas include:
- 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: 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: $50,000,000,000
- Period of Performance: A 5-year base ordering period and one 5-year optional ordering period, totaling up to 10 years.
- Task Order Types: May include 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 based on market research.
- NAICS Codes: Five primary NAICS codes are identified in the solicitation, though only one is listed on SAM.gov.
Submission & Evaluation
Proposals must be submitted through the Digital Market Portal by the deadline. Questions are due by April 17, 2026, 5:00 PM Eastern Time. Evaluation will involve:
- Screening Questions: Pass/Fail basis. Answering 'NO' to any screening question (e.g., active SECRET facility clearance, ISO 9001:2015/2013, CMMC Final Level 2 (self) certification, CPARS performance thresholds) will disqualify the proposal.
- Verified Score: For Past Performance, based on Qualifying Project (QP) Forms and Past Performance Questionnaires (PPQs). QPs must be completed within the last three years prior to May 1, 2026.
- Price Analysis: For reasonableness. The Government intends to make 70 awards per Domain, with specific allocations for Large, Emerging Large, Small, and Commercial-Sector Vendors.
Key Requirements & Notes
- CMMC Level 2 or higher is required for contractor information systems processing Federal Contract Information (FCI) or Controlled Unclassified Information (CUI).
- Facility Clearance: Active SECRET facility clearance is a mandatory screening requirement.
- CUI Documentation: CUI supporting documentation must be submitted separately via DoD Safe, not with the main proposal package.
- One Contract per Entity: Offerors shall propose as one entity per UEI Code.
- Small Business Subcontracting Plan: Required for both Large and Emerging Large Businesses.
- Contact: For acquisition questions, use usarmy.apg.acc.mbx.acc-apg-maps-contracting-office@army.mil. For portal/site access issues, contact armychess@army.mil.