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) anticipates releasing a solicitation for Base Test Support Services (BTSS) Follow-on. This requirement is a 100% Service Disabled Veteran Owned Small Business (SDVOSB) set-aside and will result in a Cost-Plus Fixed-Fee (CPFF) Indefinite Delivery, Indefinite Quantity (IDIQ) contract. The Request for Proposal (RFP) is anticipated for release on or about March 2, 2026.
Scope of Work
The awardee will provide continued contractor services to support the OEC mission, including management, administration, supervision, logistics, vehicle and equipment maintenance, motor pool functions, and supply warehouse functions for operational field test events. Additionally, on an intermittent assignment basis, the Contractor shall perform operational and customer testing, data collection, and logistical support for other Department of War (DoW) activities and OEC organizations both within the Continental United States (CONUS) and Outside the Continental United States (OCONUS) as identified in individual task authorizations.
Primary work locations include Fort Hood, Texas; Fort Bragg, North Carolina; and Fort Bliss, Texas. Additional test support operations will occur at Fort Huachuca, Arizona, and Fort Sill, Oklahoma. Other CONUS and OCONUS locations will be identified in individual Task Order Statement of Work requirements, with a complete list of potential testing locations to be provided with the pending solicitation.
Contract & Timeline
- Contract Type: Cost-Plus Fixed-Fee (CPFF) Indefinite Delivery, Indefinite Quantity (IDIQ) with Firm Fixed Price (FFP), Cost, and CPFF Contract Line Item Numbers (CLINs).
- Set-Aside: 100% Service Disabled Veteran Owned Small Business (SDVOSB).
- Period of Performance: A thirty (30) day contract Phase-in followed by a four (4) year, eleven (11) month ordering period.
- Anticipated RFP Release: On or about March 2, 2026.
- Current Contract: This action will replace current contract W91151-21-D-0003, which has a final expiration of September 30, 2026.
- FAR Clause: FAR 52.217-8 will be included in the contract.
Evaluation
The acquisition will be conducted in accordance with FAR Part 15.
Contact Information
- Primary: Avangela Ligons-Sutton (avangela.y.ligons-sutton.civ@army.mil)
- Secondary: Ingrid Smith (ingrid.v.smith.civ@army.mil)