Solicitation 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 U.S. Army Operational Evaluation Command (OEC), through the Department of the Army's MICC TSC, has released a Solicitation for Base Test Support Services (BTSS) Follow-on. This Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside opportunity seeks comprehensive support for operational field test events. The contract will be an Indefinite Delivery Indefinite Quantity (IDIQ) with Cost Plus Fixed-Fee (CPFF) for labor, a Firm Fixed-Price (FFP) for a one-month phase-in, and cost-reimbursable CLINs for Other Direct Costs (ODCs)/Travel and Contractor Acquired Property (CAP). Proposals are due April 8, 2026, by 4:30 PM EDT.
Scope of Work
The contractor will provide non-personal services to support OEC's mission, including planning, conducting, and reporting on independent operational tests, experiments, and assessments of Army materiel and information mission area systems. Services encompass:
- Data Management: Document preparation, data collection, database development/entry, reporting, and data visualization.
- Logistics Support: Management and maintenance of test sites, supplies, Government Furnished Property (GFP), vehicle/equipment maintenance, motor pool functions, and supply warehouse operations.
- Technical Support: Input to test planning documents and operational test missions, including off-the-shelf instrumentation support.
- Operational Support: Intermittent support for other Department of War activities and OEC organizations within CONUS and OCONUS, as identified in individual task authorizations.
Primary performance locations include Fort Hood, TX; Fort Bragg, NC (ABNSOTD); and Fort Bliss, TX, with potential for Fort Huachuca, AZ; Fort Sill, OK, and other CONUS/OCONUS sites.
Contract Details
- Contract Type: IDIQ (CPFF for labor, FFP for phase-in, Cost-Reimbursable for ODCs/CAP).
- Period of Performance: A five-year ordering period with a potential six-month extension. A one-month phase-in period (Sep 1, 2026 - Sep 30, 2026) precedes the base period (Oct 1, 2026 - Aug 31, 2031).
- Contract Value: Minimum $10,000 / Maximum $77,000,000.
- Task Order Value: Minimum $500 / Maximum $77,000,000.
Key Requirements & Deliverables
Offerors must comply with the Performance Work Statement (PWS) and Contract Data Requirements Lists (CDRLs), including extensive monthly progress and financial reports, property administration, maintenance actions, and staffing reports. A Top Secret facility clearance is required, and personnel will need varying security clearances (Top Secret, Secret, Tier 3, Tier 1). Key personnel (Program Manager, Logistics Manager, Security Manager) require specific qualifications and Top Secret clearances. Compliance with CMMC Level 1 is mandatory prior to award. The Electronic Cost Reporting and Financial Tracking (eCRAFT) Enterprise Tool (E2) will be used for cost-type CLINs.
Evaluation Criteria
Award will be made on a "best value" basis. Technical/Mission Capability and Past Performance are significantly more important than Cost/Price.
- Technical/Mission Capability: Evaluated on Technical Approach, Management and Execution Approach, and a Sample Test/Task Order Proposal. An "Acceptable" or better rating in all subfactors is required for eligibility.
- Past Performance: Assessed for recency, relevancy, and quality using Performance Assessment Questionnaires (PPQs) completed by Government personnel. For Joint Ventures with an SDVOSB managing partner, a minimum of two past performance contracts from the managing partner are required.
- Cost/Price: Evaluated for reasonableness, realism, balance, and completeness. Indirect rate caps, if proposed lower than supported rates, will be fixed for the contract duration.
Important Attachments & Clarifications
Key attachments include the PWS, a Sample Test/Task Order SOW (M10 BCV IOT), a PPQ template, a Pricing Matrix, Historical Data (Apr 2021-Mar 2025), Wage Grade Determinations, Government Furnished Facilities (GFF), Government Furnished Property (GFP) lists, and a comprehensive list of potential Military Test Locations (CONUS/OCONUS). Government responses to DRFP questions clarify JV past performance, subcontractor PPQ requirements, and indirect rate cap policies.
Submission Details
Proposals must be submitted solely through the Procurement Integrated Enterprise Environment (PIEE) suite by April 8, 2026, 4:30 PM EDT. PPQs are also due by this date or five days after receipt, whichever is sooner, to the Contracting Officer and Contract Specialist.