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

SOL #: W51EW726RA004Pre-Solicitation

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
Response Deadline
Feb 6, 2026, 9:30 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, MICC TSC, has released a Draft Request for Proposal (DRFP) for the U.S. Army Operational Evaluation Command (OEC) Base Test Support Services (BTSS) follow-on acquisition. This Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside seeks non-personal services to support operational tests, experiments, and assessments of Army materiel and information mission area systems. Requests for Information (RFI) are due by February 6, 2026, and proposals are due by March 20, 2026.

Opportunity Overview

This DRFP outlines requirements for Base Test Support Services for OEC (formerly Operational Test Command) for Fiscal Years 2026-2031. The scope includes comprehensive support across:

  • Data Management & Reporting: Data collection, database development, entry, and reporting.
  • Logistics Support: Management of test sites, supplies, Government Furnished Property (GFP), vehicle maintenance, and supply actions.
  • Technical Support: Input to test planning and support for operational test missions.
  • Instrumentation & Data Visualization: Preparation and maintenance of test sites, utilization of GFP, and operation of off-the-shelf instrumentation.

The primary goal is to ensure successful continuity of all base services, including management, IT, environmental, logistics, and facilities maintenance.

Contract Details

  • Contract Type: Indefinite Delivery Indefinite Quantity (IDIQ) with Cost Plus Fixed-Fee (CPFF) for labor services, a Firm Fixed-Price (FFP) CLIN for a one-month Phase-in period, and Cost Reimbursable CLINs for Other Direct Costs (ODCs)/Travel and Contractor Acquired Property (CAP).
  • Value: Minimum $10,000 / Maximum $77,000,000. Task Order Minimum $500 / Maximum $77,000,000.
  • Period of Performance: Approximately 4 years and 11 months for labor and ODCs/CAP, with a 5-year period for CDRLs, and a 30-day phase-in period. Projected Phase-in start is September 1, 2026, with the Base Period from October 1, 2026, to August 31, 2031.
  • Locations: Primary locations include Fort Hood, TX; Fort Bragg, NC (ABNSOTD); and Fort Bliss, TX. Additional locations may include Fort Huachuca, AZ; Fort Sill, OK; and other CONUS/OCONUS sites.

Submission & Evaluation

  • Requests for Information (RFI): Questions, comments, and feedback on the DRFP must be submitted using the provided "RFI Template_DRFP W51EW726RA004" Excel file to Avangela Ligons-Sutton and Ingrid Smith by 4:30 PM EST on February 6, 2026.
  • Proposal Due Date: March 20, 2026, by 4:30 PM EST.
  • Submission Method: Proposals must be submitted through the Procurement Integrated Enterprise Environment (PIEE) suite.
  • Evaluation Factors: Award will be made on a best-value basis. Technical/Mission Capability (including Technical Approach, Management & Execution Approach, and Sample Test/Task Order Proposal) and Past Performance are significantly more important than Cost/Price.

Key Attachments for Bidders

  • Attachment 1_BTSS PWS_30Jan2026.pdf: Detailed Performance Work Statement.
  • Attachment 3_PPQ_13Jan2026.docx: Performance Assessment Questionnaire for past performance evaluation.
  • Attachment 4_Pricing Matrix_29Jan2026.xlsx: Template for detailed pricing proposals and labor build-up.
  • Attachment 5_Historical Data_Apr 2021-Mar 2025.xlsx: Historical workload data for staffing and pricing insights.
  • TE D GFP_as of 27Jan2026.xlsx and TE H- Government Furnished Facilites_27Jan2026.xlsx: Details on Government Furnished Property and Facilities.

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

Versions

Version 7
Solicitation
Posted: Mar 13, 2026
View
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 2Viewing
Pre-Solicitation
Posted: Feb 4, 2026
Version 1
Pre-Solicitation
Posted: Feb 2, 2026
View