ACC-APG Special Announcement: MAPS and Industry Update
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, has released Draft 5 of the Marketplace for the Acquisition of Professional Services (MAPS) Request for Proposal (RFP). This Multiple Award Indefinite Delivery Indefinite Quantity (MA IDIQ) contract aims to consolidate existing vehicles (RS3 and ITES-3S) to provide knowledge-based professional and IT services globally. A Virtual Listening Session was held on March 12, 2026, to discuss changes, and industry feedback is crucial via an attached survey to shape the Final RFP.
Purpose & Scope
The MAPS IDIQ contract seeks to enhance flexibility, reduce redundancy, and improve cost-efficiency in acquiring knowledge-based professional services and IT services for Army customers and other federal agencies worldwide. It will support Army enterprise infrastructure and infostructure goals. Key service areas include:
- Engineering, Logistics and Operational Services
- Research, Development, Test & 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)
- Period of Performance: Up to 10 years (5-year base + one 5-year option)
- Minimum Guarantee: $100 (updated from $500 in previous drafts)
- Task Order Types: Fixed Price (FP), Time-and-Materials (T&M), and Cost Reimbursement (CR), or hybrid.
Eligibility & Set-Aside
The acquisition will utilize full and open competition for base contract holders, with reserved awards for small businesses. Orders may be restricted to Small Businesses based on market research. The RFP defines specific criteria for Large Businesses, Emerging Large Businesses, Small Businesses, and Commercial-Sector Vendors, each with tailored screening questions and scorecard evaluations.
Submission & Evaluation
Proposals will be submitted through the Digital Market Portal. Evaluation is a multi-phase process, including initial self-scores, verification review, and final gate criteria. Key evaluation factors include:
- Screening Questions: Mandatory requirements like facility clearances (SECRET), ISO 9001, CMMC Final Level 2 (self), and acceptable government systems (Accounting, Purchasing). CPARS ratings are also assessed.
- Systems & Certifications: Points for Property Management System, TOP SECRET Facility Clearance, CMMC Level 2, and ISO/IEC 27001:2022.
- Past Performance: Evaluated on Recency, Relevance, NAICS Alignment, Performance Quality, Dollar Value, Passthrough Rate, Vacancy Rate, Time to Fill Rate, Schedule, and Completeness.
- Price: New evaluation criteria added for price. Offerors must ensure proposal validity for a minimum of 360 calendar days.
Key Dates & Actions
A Virtual Listening Session was held on Thursday, March 12, 2026, at 1:00 PM EST to walk through Draft 5. The Government strongly encourages industry to provide feedback by completing the attached Microsoft Form survey, which is vital for shaping the Final RFP.
Contact Information
For inquiries, contact ACC-APG Email Box at usarmy.apg.acc.mbx.acc-apg-maps-contracting-office@army.mil.