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's ACC-APG has announced its decision to proceed with the Marketplace for the Acquisition of Professional Services (MAPS) acquisition. This special announcement includes an updated Draft Request for Proposal (RFP) for MAPS and details for an upcoming Industry Update event. The MAPS initiative aims to consolidate existing IDIQ vehicles (Responsive Strategic Sourcing for Services (RS3) and Information Technology Enterprise Solutions – 3 Services (ITES-3S)) into a single, more flexible, and cost-efficient Multiple Award Indefinite Delivery Indefinite Quantity (IDIQ) contract for knowledge-based professional services.
Scope of MAPS
The MAPS IDIQ will cover five key domains:
- Technical Services (NAICS 541330)
- Management and Advisory Services (NAICS 541611)
- Research Development Testing and Evaluation (RDT&E) Services (NAICS 541715)
- Emerging IT Services (NAICS 541512)
- Foundational IT Services (NAICS 541519) The goal is to enhance flexibility, reduce redundancy, and improve cost-efficiency across these service areas.
Contract Details
- Type: Multiple Award Indefinite Delivery Indefinite Quantity (IDIQ)
- Duration: Up to 10 years (5-year Base + 5-year Optional Ordering Period)
- Minimum Guarantee: $500.00
- Set-Aside: The overall IDIQ is for full and open competition among base contract holders. However, specific orders may be restricted to Small Businesses, and the Government intends to make awards with specific reserve requirements for Large Businesses, Commercial-Sector Vendors, and various Small Business categories (SB, WOSB, SDVOSB, HUBZone, 8(a)) within each domain.
Evaluation & Requirements
Proposals will be evaluated through a multi-phase process, including self-scoring, verification, gate criteria, past performance, and cost. The Government intends to make approximately 50 awards per Domain. Key requirements for offerors include:
- Mandatory Gate Criteria: Active SECRET facility clearance, ISO 9001:2015/2013 certification, CMMC Final Level 2 (self) or higher, and acceptable accounting/purchasing systems (for Large Businesses). Commercial-Sector Vendors have specific criteria regarding prior government contracts.
- Systems & Certifications: Points awarded for approved rate agreements, estimating, property management, and earned value management systems, TOP SECRET facility clearance, CMMC Level 2 (C3PAO), and ISO/IEC 27001:2022.
- Past Performance: Evaluated based on recency, relevance, NAICS alignment, performance quality, dollar value, vacancy rate, and time to fill.
- Submission: Proposals will be submitted via the Digital Market Portal and must include a Cover Letter, Self-Scoring Gate Criteria, Systems/Agreements/Certifications, Past Performance (Qualifying Project Form, PPQ), Cost, and a Small Business Subcontracting Plan (for Large Businesses).
Key Dates & Actions
- Questions on Draft 4 RFP Due: January 27, 2026, 2:00 PM EST.
- Industry Update Event: January 28, 2026, 8:30 AM - 12:30 PM EST, at Myer Auditorium, Aberdeen Proving Ground, MD. In-person registration is at full capacity; virtual participation may be available.
- Contact: usarmy.apg.acc.mbx.acc-apg-maps-contracting-office@army.mil