Marketplace for Acquisition of Professional Services (MAPS)

SOL #: W15P7T-26-R-A006Solicitation

Overview

Buyer

DEPT OF DEFENSE
Dept Of The Army
W6QK ACC-APG
ABERDEEN PROVING GROU, MD, 21005-1846, United States

Place of Performance

Aberdeen Proving Ground, MD

NAICS

Engineering Services (541330)

PSC

Engineering And Technical Services (R425)

Set Aside

No set aside specified

Timeline

1
Posted
Apr 1, 2026
2
Last Updated
May 15, 2026
3
Submission Deadline
May 8, 2026, 9:00 PM

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), is soliciting proposals for the Marketplace for Acquisition of Professional Services (MAPS), a $50 Billion Multiple Award (MA) Indefinite Delivery Indefinite Quantity (IDIQ) contract. This opportunity (PSC: R425 - Engineering And Technical Services) seeks to provide uncommon knowledge-based professional services and IT services worldwide. Proposals are due May 8, 2026, by 5:00 PM EST.

Purpose & Scope

MAPS is a follow-on and combination of the RS3 and ITES-3S IDIQ contract vehicles, aiming to enhance flexibility, reduce redundancy, and improve cost-efficiency in acquiring professional services for Army customers, Department of War agencies, and other federal agencies. The scope includes:

  • 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

  • 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 ordering period + one 5-year optional ordering period)
  • Pricing Arrangement: Firm Fixed Price for the base contract. Task Orders (TOs) may be Fixed Price (FP), Time-and-Materials (T&M), or Cost Reimbursement (CR), or a hybrid.
  • NAICS Codes: The acquisition contains multiple primary NAICS codes, including 541519, as identified in the solicitation.

Eligibility & Set-Aside

The base contract will be awarded under full and open competition with reserved awards for small businesses. Task Orders may be restricted to Small Businesses. Offerors must meet specific screening questions, which vary by business size (Small, Emerging Large, Large, Commercial-Sector Vendor). These include requirements for an active SECRET facility clearance, ISO 9001:2015/2013 certification, and CMMC Final Level 2 (self) certification. Small and Emerging Large Businesses also require a Government Determined Acceptable Accounting System. Failure to meet any screening question will result in disqualification.

Submission & Evaluation

Proposals must be submitted through the Digital Market Portal (https://chess.army.mil/proposal/default/index). Controlled Unclassified Information (CUI) documents must be submitted exclusively via DoD SAFE. Evaluation will prioritize the Highest Rated Technical Offerors per RFO 15.103-3 in each Domain, with no tradeoffs between cost/price and non-cost/non-price factors. The highest technically rated proposal will be selected if it offers a fair and reasonable price. Offerors must complete a self-scoring scorecard (Attachment 0002) and Qualifying Project Forms (Attachment 0003) to demonstrate capabilities and past performance.

Key Requirements & Notes

  • CMMC: CMMC Level 2 or higher certification is required for information systems processing, storing, or transmitting FCI or CUI.
  • Facility Clearance: An active SECRET facility clearance is a mandatory screening requirement for most business sizes.
  • Accounting System: A Government Determined Acceptable Accounting System is a mandatory screening requirement for Small and Emerging Large Businesses.
  • Contact: usarmy.apg.acc.mbx.acc-apg-maps-contracting-office@army.mil

People

Points of Contact

Files

Files

Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download

Versions

Version 20
Solicitation
Posted: May 15, 2026
View
Version 19
Solicitation
Posted: May 8, 2026
View
Version 18
Solicitation
Posted: May 8, 2026
View
Version 17Viewing
Solicitation
Posted: May 5, 2026
Version 16
Solicitation
Posted: May 1, 2026
View
Version 15
Solicitation
Posted: May 1, 2026
View
Version 14
Solicitation
Posted: May 1, 2026
View
Version 13
Solicitation
Posted: Apr 24, 2026
View
Version 12
Solicitation
Posted: Apr 23, 2026
View
Version 11
Solicitation
Posted: Apr 23, 2026
View
Version 10
Solicitation
Posted: Apr 22, 2026
View
Version 9
Solicitation
Posted: Apr 22, 2026
View
Version 8
Solicitation
Posted: Apr 16, 2026
View
Version 7
Solicitation
Posted: Apr 14, 2026
View
Version 6
Solicitation
Posted: Apr 14, 2026
View
Version 5
Solicitation
Posted: Apr 9, 2026
View
Version 4
Solicitation
Posted: Apr 9, 2026
View
Version 3
Solicitation
Posted: Apr 9, 2026
View
Version 2
Solicitation
Posted: Apr 7, 2026
View
Version 1
Solicitation
Posted: Apr 1, 2026
View