Solicitation US Army Operational Evaluation Command, Base Test Support Services Follow-on

SOL #: W51EW726RA004Solicitation

Overview

Buyer

DEPT OF DEFENSE
Dept Of The Army
W6QM MICC TSC
JBSA FT SAM HOUSTON, TX, 78234-0000, United States

Place of Performance

Place of performance not available

NAICS

Facilities Support Services (561210)

PSC

Logistics Support Services (R706)

Set Aside

Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14) (SDVOSBC)

Timeline

1
Posted
Feb 2, 2026
2
Last Updated
Mar 13, 2026
3
Submission Deadline
Apr 8, 2026, 8:30 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 Department of the Army, W6QM MICC TSC, is soliciting proposals for Base Test Support Services (BTSS) Follow-on for the US Army Operational Evaluation Command (OEC). This is a Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside opportunity. The contract will be an Indefinite Delivery Indefinite Quantity (IDIQ), primarily Cost Plus Fixed-Fee (CPFF) for labor, with a Firm Fixed-Price (FFP) phase-in period and Cost Reimbursable elements for Other Direct Costs (ODCs) and Contractor Acquired Property (CAP). Proposals are due April 8, 2026, at 4:30 PM EDT.

Scope of Work

The awardee will provide comprehensive support to the OEC mission, including management, administration, supervision, logistics, vehicle and equipment maintenance, motor pool functions, and supply warehouse operations for operational field test events. Services also encompass intermittent operational and customer testing, data collection, and logistical support for other Department of War (DoW) activities both within the Continental United States (CONUS) and Outside the Continental United States (OCONUS).

Contract Details

  • Contract Type: IDIQ, CPFF (labor), FFP (phase-in), Cost Reimbursable (ODCs/CAP)
  • Period of Performance: Approximately 5 years, including a 1-month phase-in (Sep 1, 2026 – Sep 30, 2026) and a 4-year, 11-month base period (Oct 1, 2026 – Aug 31, 2031), with a potential 6-month extension.
  • Value: Minimum $10,000 / Maximum $77,000,000 (Contract); Minimum $500 / Maximum $77,000,000 (Task Order).
  • Primary Locations: Fort Hood, TX; Fort Bragg, NC; Fort Bliss, TX. Additional support may be required at Fort Huachuca, AZ; Fort Sill, OK; and other CONUS/OCONUS locations.

Submission & Evaluation

  • Proposal Due Date: April 8, 2026, 4:30 PM EDT.
  • Submission Method: Proposals must be submitted solely through the Procurement Integrated Enterprise Environment (PIEE) suite.
  • Evaluation: Best value, with Technical/Mission Capability and Past Performance being significantly more important than Cost/Price. Offerors must achieve an "Acceptable" or better rating in all Technical/Mission Capability subfactors (Technical Approach, Management & Execution Approach, and Sample Test/Task Order Proposal) to be eligible for award.

Key Requirements & Clarifications

  • Security: A Top Secret facility clearance is required. Key personnel (Program Manager, Logistics Manager, Security Manager) must possess Top Secret clearances. CMMC Level 1 certification is required prior to award.
  • Past Performance: The government will amend Section L.3.2.7 to allow prime contractors to submit PPQ responses for subcontractors. Two separate PPQs will be required: one from the prime contractor and a second from the offeror with government prime contract POC input, with government responses carrying greater weight.
  • Proposal Content: Offerors cannot reference specific sites or prior contracts in technical proposals to establish relevance but may discuss their knowledge of BTSS operations, activities, and locations.
  • Sample Task Order Proposal (TOP): An amendment is anticipated to clarify L.3.1.3. TOP attachments are not subject to general page limitations but are restricted to ten (10) total pages.
  • Reporting: Extensive reporting requirements include monthly progress and financial reports, property administration, maintenance actions, and staffing details.

Attachments

Key attachments include the Performance Work Statement (PWS), Sample Test/Sample Task Order Proposal, Past Performance Questionnaire (PPQ), Pricing Matrix, Historical Data, Wage Grade Determinations, Government Furnished Property (GFP) lists, and Government Furnished Facilities (GFF) details.

People

Points of Contact

Avangela Ligons-SuttonPRIMARY
Ingrid SmithSECONDARY

Files

Files

Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download

Versions

Version 7Viewing
Solicitation
Posted: Mar 13, 2026
Version 6
Solicitation
Posted: Mar 6, 2026
View
Version 5
Solicitation
Posted: Mar 4, 2026
View
Version 4
Pre-Solicitation
Posted: Mar 2, 2026
View
Version 3
Pre-Solicitation
Posted: Feb 13, 2026
View
Version 2
Pre-Solicitation
Posted: Feb 4, 2026
View
Version 1
Pre-Solicitation
Posted: Feb 2, 2026
View
Solicitation US Army Operational Evaluation Command, Base Test Support Services Follow-on | GovScope