Maximo Application Suite (MAS-9) as a Service - Software Updates and Cloud-based Storage
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 U.S. Department of Agriculture (USDA), Agricultural Research Service (ARS) is soliciting proposals for the renewal of Maximo Application Suite (MAS) as a Service Software Licensing. This requirement supports the existing MAS 9.1 environment, which functions as the Computerized Maintenance Management System (CMMS) for the Beltsville Agricultural Research Center (BARC) in Beltsville, MD. The government intends to award a Firm Fixed-Price contract for a base year and four one-year option periods. Quotations are due by Friday, February 13, 2026, at 9:00 a.m. Central Time.
Scope of Work
This solicitation covers the renewal of 248 IBM Maximo AppPoints as a service subscription for the MAS 9.1 environment. Key deliverables include:
- Providing the MAS 9.1 SaaS licensing subscription.
- Delivering updates and access to new software versions within 24 hours of release.
- Offering 24x7 technical support via the IBM website.
- Ensuring all Information and Communications Technology (ICT) products and services comply with Revised Section 508 ICT Accessibility Standards, including providing an Accessibility Conformance Report (ACR).
- Adhering to the Privacy Act and completing required USDA Privacy training for contract personnel.
Contract & Timeline
- Contract Type: Firm Fixed-Price (FFP).
- Period of Performance: A base year from February 16, 2026, to February 15, 2027, followed by four one-year option periods, totaling a maximum of five years through February 15, 2031.
- Set-Aside: None specified. This is an open competition.
- Questions Due: February 9, 2026, 12:00 PM CT.
- Quotations Due: February 13, 2026, 9:00 AM CT.
- Published Date: February 17, 2026 (Note: This is the metadata published date; solicitation documents indicate earlier deadlines).
Evaluation
Award will be made to the offeror representing the best value to the Government, utilizing a Lowest Price Technically Acceptable (LPTA) methodology. Only the lowest-priced offer will be evaluated for Technical Acceptability and Past Performance. If deemed unacceptable, the next lowest-priced offer will be evaluated. Evaluation criteria include:
- Price: Must be fair and reasonable, submitted for the base and all option periods on Attachment 3 – Price Schedule.
- Technical Acceptability: Demonstrated ability to provide a sound and compliant approach meeting all Statement of Work (SOW) requirements.
- Past Performance: Assessed based on prior contracts and available data.
Additional Notes
- Solicitation Number: 1232SA26Q0045.
- Submission: Quotations must be submitted electronically via email to monte.jordan@usda.gov. No late quotations will be accepted.
- Attachments: Key attachments include Solicitation Terms and Conditions, Statement of Work (SOW), and Quotation Pricing Sheet.
- Compliance: Applicable clauses include FAR 52.212-4, FAR 52.225-3 (Buy American–Free Trade Agreements–Israeli Trade Act), and AGAR 452.203-71 (Anti-Discrimination and DEI Compliance).
- Offerors must include their SAM Unique Entity Identifier (UEI) Number in their quotation.