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 Contracting Command-Aberdeen Proving Ground (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 opportunity, valued at up to $50 Billion, aims to provide uncommon knowledge-based professional and IT services worldwide to Army and other federal agencies. Proposals are due May 08, 2026.
Purpose & Scope
MAPS is a follow-on and combination of the RS3 and ITES-3S IDIQ contract 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. 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 excluded: 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 (ceiling)
- Period of Performance: Up to 10 years (5-year base + 5-year optional ordering period)
- 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: Primary NAICS 541519 (solicitation identifies five primary NAICS codes).
Key Requirements & Evaluation
Proposals will undergo a Pass/Fail screening, followed by a verified score for Past Performance, and a price analysis. The Government intends to make 70 awards per Domain. Mandatory Screening Questions (vary by business size, but generally include):
- Meeting all submission requirements.
- Active SECRET facility clearance.
- ISO 9001:2015 or ISO 9001:2013 certification.
- CMMC Final Level 2 (self) or higher certification (with SPRS certificate).
- CPARS performance threshold for MARGINAL or below ratings (using UEI Code for SB, ELB, LB).
- Government Determined Acceptable Accounting System (for Large and Emerging Large Businesses).
- Small Business Subcontracting Plan required for Large and Emerging Large Businesses. Offerors must submit a Cover Letter (Attachment 0001), Scorecard (Attachment 0002), Qualifying Project Form (Attachment 0003), and Past Performance Questionnaire (Attachment 0004).
Submission Instructions
Proposals must be submitted through the Digital Market Portal (https://chess.army.mil/proposal/default/index). Offerors must register one primary person and may register one alternate.
Controlled Unclassified Information (CUI) must be submitted separately via DoD Safe (https://safe.apps.mil/) to Molly Beale (molly.e.beale.civ@army.mil). Guest users without a CAC card must request a 'Request Code' by April 28, 2026, 5:00 PM EST.
Important Dates & Contact
- Proposal Submission Deadline: May 08, 2026, 5:00 PM local time.
- Guest User Request Code Deadline: April 28, 2026, 5:00 PM EST.
- Primary Contact: ACC-APG Email Box at usarmy.apg.acc.mbx.acc-apg-maps-contracting-office@army.mil.