US Army Operational Evaluation Command, Base Test Support Services Follow-on
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 US Army Operational Evaluation Command (OEC) is preparing to release the Final Request for Proposal (RFP) for Base Test Support Services (BTSS) Follow-on. This acquisition is designated as a Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside. The Final RFP is anticipated to be issued on or before March 6, 2026, with an anticipated proposal due date of March 20, 2026 (as indicated in the Draft RFP).
Opportunity Overview
This presolicitation is for non-personal services to support operational tests, experiments, and assessments of Army materiel and information mission area systems. The scope includes comprehensive data management and reporting, logistics support (managing test sites, supplies, GFP, vehicle maintenance), technical support for test planning, instrumentation, and data visualization. Primary performance locations include Fort Hood, TX; Fort Bragg, NC; and Fort Bliss, TX, with potential for additional CONUS and OCONUS sites.
Contract Details
The acquisition is structured as an Indefinite Delivery Indefinite Quantity (IDIQ) contract with a minimum value of $10,000 and a maximum of $77 million. The contract type will be Cost Plus Fixed-Fee (CPFF) for labor services, Firm Fixed-Price (FFP) for a one-month phase-in period, and Cost Reimbursable for Other Direct Costs (ODCs) and Contractor Acquired Property (CAP). The period of performance is approximately 4 years and 11 months for labor and ODCs/CAP, with a 5-year period for Contract Data Requirements Lists (CDRLs) and a 30-day phase-in.
Key Updates & Clarifications
As of March 2, 2026, the government has released responses to follow-up RFI questions. Notably, the Electronic Cost Reporting and Financial Tracking (eCRAFT) Enterprise tool (E2) will be required for service contracts with Cost type CLINs, and compliance requirements will be incorporated into the final RFP. Earlier RFI responses (February 13, 2026) clarified details on subcontracting, key personnel, CMMC Level 1 certification, past performance evaluation, cost realism, and Government Furnished Property (GFP). Further clarifications (March 2, 2026) addressed Joint Venture past performance requirements, the use of subcontractor Past Performance Questionnaires (PPQs), and the application of indirect rate caps.
Evaluation Criteria
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 considered significantly more important than Cost/Price.
Key Requirements
The Performance Work Statement (PWS) outlines extensive reporting obligations, including monthly progress and financial reports, property administration, maintenance actions, and staffing information. Personnel will require varying security clearances, with Top Secret for key management roles. CMMC Level 1 certification will be a requirement. Bidders must manage GFP in accordance with FAR 52.245-1 and comply with safety regulations.
Action Items/Deadlines
The Final RFP is anticipated to be issued on or before March 6, 2026. The anticipated proposal due date for the final RFP, as previously indicated in the DRFP, is March 20, 2026. Offerors should closely monitor SAM.gov for the official release and final submission instructions.