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 Indefinite Delivery Indefinite Quantity (MA IDIQ) contract. This opportunity, a follow-on and combination of the RS3 and ITES-3S vehicles, aims to provide uncommon knowledge-based professional services and IT services worldwide to Army and other federal agencies. The total contract value is up to $50 billion. Proposals are due May 1, 2026, at 5:00 PM Eastern Time.
Scope of Work
MAPS will cover five primary technical support areas (domains):
- 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 $50,000,000,000 (including optional ordering period)
- Period of Performance: 5-year base period with one 5-year optional ordering period (totaling up to 10 years).
- Set-Aside: Full and open competition with reserved awards for small businesses. Task orders may be restricted to Small Businesses.
- NAICS: While SAM.gov lists 541519 (Engineering And Technical Services), the solicitation identifies five primary NAICS codes.
- Place of Performance: Worldwide (CONUS and OCONUS), including hostile areas.
Submission & Evaluation
Proposals must be submitted through the Digital Market Portal (https://chess.army.mil/proposal/default/index). Only the last submitted package will be evaluated. Controlled Unclassified Information (CUI) documentation must be submitted separately via DoD Safe to molly.e.beale.civ@army.mil.
Evaluation involves a Pass/Fail screening based on mandatory questions (e.g., active SECRET facility clearance, ISO 9001, CMMC Final Level 2 certification, acceptable accounting/purchasing systems, CPARS thresholds). Failure to pass any screening question will result in disqualification. This is followed by a verification review of self-scored past performance and a price analysis. The government intends to make 70 awards per Domain, with specific allocations for Large, Emerging Large, Small, and Commercial-Sector Vendors.
Key attachments include the Cover Letter (Amd 01), Qualifying Project Form (Amd 02, latest 04/16/2026) for detailing past projects (within the last three years), Scorecards (Amd 02) specific to business size, and the Past Performance Questionnaire (PPQ) (Amd 01).
Key Requirements
Offerors must possess an active SECRET facility clearance, ISO 9001:2015 or 2013 certification, and CMMC Final Level 2 (self) certification or higher. Large and Emerging Large Businesses must also submit a Small Business Subcontracting Plan.
Contact Information
For acquisition-related questions, email usarmy.apg.acc.mbx.acc-apg-maps-contracting-office@army.mil. For portal or site access issues, contact armychess@army.mil.