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, ACC-APG, is soliciting proposals for the Marketplace for Acquisition of Professional Services (MAPS), a Multiple Award (MA) Indefinite Delivery Indefinite Quantity (IDIQ) contract. This $50 Billion ceiling opportunity aims to provide uncommon knowledge-based professional services and IT services worldwide, serving as a follow-on and combination of the RS3 and ITES-3S contract vehicles. Proposals are due May 8, 2026, at 5:00 PM EST.
Scope of Work
MAPS will cover five 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 not within scope include Inherently Governmental Functions, Personal Services, Architect & Engineering (A&E) Services, and Construction Services. The contract supports Army enterprise infrastructure and infostructure goals globally.
Contract Details
- Type: Multiple Award Indefinite Delivery Indefinite Quantity (MA IDIQ)
- Value: Maximum total contract value is $50 Billion.
- Period of Performance: Up to 10 years (5-year base + one 5-year option 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: Primarily 541519 (Computer Systems Design Services), though the solicitation mentions five primary NAICS codes.
- Awards: The Government intends to make 70 awards per Domain.
Submission & Evaluation
Proposals must be submitted through the Digital Market Portal (https://chess.army.mil/proposal/default/index). Controlled Unclassified Information (CUI) supporting documentation must be submitted separately via DoD Safe.
Key requirements for offerors include:
- An active SECRET facility clearance.
- ISO 9001:2015 or ISO 9001:2013 certification.
- CMMC Final Level 2 (self) or higher certification.
- Meeting CPARS performance thresholds (UEI-based).
Evaluation will involve a Pass/Fail assessment for Screening Questions, followed by a Verified Score for Past Performance, and a price analysis for reasonableness. The highest technically rated proposal offering a fair and reasonable price will be selected.
Key Documents & Contact
Offerors must utilize the latest versions of attachments, including the Cover Letter (Attachment 0001), Scorecards (Attachment 0002, specific to business size), Qualifying Project (QP) Form (Attachment 0003), and Past Performance Questionnaire (PPQ) Form (Attachment 0004). Amendments 001, 002, 003, and 004 have introduced significant changes, including updates to definitions, evaluation criteria, and submission instructions. The proposal due date was extended by Amendment 003.
For questions, contact the ACC-APG Email Box at usarmy.apg.acc.mbx.acc-apg-maps-contracting-office@army.mil.