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 Indefinite Delivery Indefinite Quantity (IDIQ) contract. This opportunity aims to provide uncommon knowledge-based professional services and IT services worldwide to Army and other federal agencies. The proposal due date has been extended to May 20, 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 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 + 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. Specific orders may be restricted to Small Business concerns.
Submission & Evaluation
Proposals must be submitted through the Digital Market Portal by May 20, 2026, 5:00 PM EST. Controlled Unclassified Information (CUI) must be submitted separately via DoD SAFE. Evaluation will follow a multi-phase approach, including self-scores, verification reviews, and price analysis. The highest technically rated proposal offering a fair and reasonable price will be selected, with no tradeoffs between cost/price and non-cost/non-price factors.
Mandatory Screening Questions require:
- Active SECRET facility clearance
- ISO 9001:2015 or ISO 9001:2013 certification
- CMMC Final Level 2 (self) or higher certification
- Meeting CPARS performance thresholds (specific to business size)
Additional Notes
This solicitation is a follow-on and combination of the ACC-APG Responsive Strategic Sourcing for Services (RS3) and Product Lead (PL) Digital Market’s Information Technology Enterprise Solutions – 3 Services (ITES-3S) IDIQ Contract Vehicles. Multiple amendments (up to Amendment 06) have been issued, clarifying submission requirements, evaluation factors, and extending the proposal due date. Offerors should review all amendments and the latest Q&A documents for comprehensive guidance. Contact: usarmy.apg.acc.mbx.acc-apg-maps-contracting-office@army.mil