Maximo Application Suite (MAS-9) as a Service - Software Updates and Cloud-based Storage

SOL #: 1232SA26Q0045Sources Sought

Overview

Buyer

Agriculture
Agricultural Research Service
USDA ARS AFM APD
BELTSVILLE, MD, 20705, United States

Place of Performance

Beltsville, MD

NAICS

Software Publishers (513210)

PSC

Computing Delivered As A Service In A Public Or Private Cloud Environment, Such As Services For Traditional Mainframe Computers And Operations Running Windows, Linux, Converged Infrastructure Or Unix Operating Systems. (DB10)

Set Aside

No set aside specified

Timeline

1
Posted
Jan 5, 2026
2
Last Updated
Feb 17, 2026
3
Response Deadline
Jan 12, 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 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.

People

Points of Contact

Monte JordanPRIMARY

Files

Files

No files attached to this opportunity

Versions

Version 5
Award Notice
Posted: Feb 17, 2026
View
Version 4
Combined Synopsis/Solicitation
Posted: Feb 12, 2026
View
Version 3
Combined Synopsis/Solicitation
Posted: Feb 3, 2026
View
Version 2Viewing
Sources Sought
Posted: Jan 9, 2026
Version 1
Sources Sought
Posted: Jan 5, 2026
View
Maximo Application Suite (MAS) as a Service Software Licensing Renewal | GovScope