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 U.S. Army Operational Evaluation Command (OEC), under the Department of the Army, has issued a Presolicitation Notice for the Base Test Support Services (BTSS) follow-on acquisition. This is a Draft Request for Proposal (DRFP), and no award will be made from this engagement. The purpose is to gather industry feedback. The acquisition is a Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside. Government responses to industry questions have been posted, and the anticipated Final RFP release date has shifted to on/about March 2, 2026.

Purpose & Scope

This Presolicitation seeks to provide non-personal services for Base Test Support Services (BTSS) for the OEC (formerly Operational Test Command) for Fiscal Years 2026-2031. The primary goal is to support operational tests, experiments, and assessments of Army materiel and information mission area systems. Key services include:

  • 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 operational test missions.
  • Instrumentation: Preparation and maintenance of test sites and operation of Government-provided instrumentation.

Contract Details

  • Contract Type: Indefinite Delivery Indefinite Quantity (IDIQ) with Cost Plus Fixed-Fee (CPFF) for labor services, Firm Fixed-Price (FFP) for a one-month Phase-in, and Cost Reimbursable for Other Direct Costs (ODCs)/Travel and Contractor Acquired Property (CAP).
  • Estimated Value: Minimum $10,000 / 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. A potential six-month extension is also noted.
  • Primary Locations: Fort Hood, TX; Fort Bragg, NC (ABNSOTD); and Fort Bliss, TX. Additional locations may include Fort Huachuca, AZ, and Fort Sill, OK, with potential CONUS and OCONUS requirements.
  • Set-Aside: Service-Disabled Veteran-Owned Small Business (SDVOSB).

Key Requirements & Deliverables

Contractors will be responsible for extensive reporting, including monthly progress and financial reports, personnel status, hazardous materials inventory, and service contract reports. Key personnel (Program Manager, Logistics Manager, Security Manager) require Top Secret clearances. Compliance with CMMC Level 1 will be required. Historical workload data and details on Government Furnished Property (GFP) and facilities are provided.

Evaluation & Submission

For the eventual Final RFP, evaluation will be based on Technical/Mission Capability (including Technical Approach, Management & Execution Approach, and Sample Test/Task Order Proposal), Past Performance, and Cost/Price. Technical/Mission Capability and Past Performance are significantly more important than Cost/Price, with award made on a best-value basis. Proposals will be submitted via the Procurement Integrated Enterprise Environment (PIEE) suite.

Updates & Next Steps

Industry questions and comments (RFIs) for the DRFP were due by February 6, 2026. Government responses to these RFIs were posted on February 13, 2026. The anticipated Final RFP release date has been shifted to on/about March 2, 2026.

Contact: Avangela Ligons-Sutton (avangela.y.ligons-sutton.civ@army.mil) or Ingrid Smith (ingrid.v.smith.civ@army.mil).

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

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 3Viewing
Pre-Solicitation
Posted: Feb 13, 2026
Version 2
Pre-Solicitation
Posted: Feb 4, 2026
View
Version 1
Pre-Solicitation
Posted: Feb 2, 2026
View