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, Army Contracting Command-Aberdeen Proving Ground (ACC-APG), has issued a Solicitation for the Marketplace for Acquisition of Professional Services (MAPS). This is a Multiple Award Indefinite Delivery Indefinite Quantity (MA IDIQ) contract, combining previous vehicles (RS3 and ITES-3S), to provide uncommon knowledge-based professional services and IT services worldwide. The maximum total contract value is $50 Billion. Proposals are due by May 8, 2026, 5:00 PM EST.
Purpose & Scope
The MAPS IDIQ aims to enhance flexibility, reduce redundancy, and improve cost-efficiency in acquiring professional services for Army customers, Department of War agencies, and other federal agencies. Services will support Army enterprise infrastructure and infostructure goals globally (CONUS and OCONUS, including hostile areas). 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 (including optional ordering period)
- Period of Performance: Up to 10 years (5-year base + 5-year option)
- Pricing: Firm Fixed Price for the base contract; Task Orders may be FP, T&M, CR, or hybrid.
- Awards: Government intends to make 70 awards per Domain.
Key Requirements & Evaluation
Proposals will undergo a Pass/Fail screening, followed by a Verified Score for Past Performance, and a price analysis. Offerors must possess CMMC Level 2 or higher for information systems handling FCI/CUI. The solicitation is for full and open competition with reserved awards for small businesses. Scorecards (Attachment 0002 Amd 03) define mandatory screening questions (e.g., SECRET facility clearance, ISO 9001, CPARS thresholds) and detailed scoring for systems, certifications, and past performance. Answering 'NO' to any screening question disqualifies the proposal. Past performance will be documented using the Qualifying Project Form (Attachment 0003 Amd 03) and Past Performance Questionnaire (Attachment 0004 Amd 01).
Amendments & Deadlines
This solicitation has been amended multiple times, with Amendment 003 being the latest. Key updates from Amendment 003 include the extension of the proposal due date to May 8, 2026, 5:00 PM EST. It also updated portal instructions, clarified CPARS evaluation using UEI, and refined scorecard criteria for various business sizes. Answers to submitted questions are projected by April 24th.
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 one alternate). Controlled Unclassified Information (CUI) supporting documentation must be submitted separately via DoD Safe (https://safe.apps.mil/). Guest users without a CAC card must request a 'Request Code' for DoD Safe submissions by April 28, 2026, 5:00 PM EST.