MAPS RFP Draft 6
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 Department of the Army's ACC-APG has released Draft 6 of the MAPS Request for Proposal (RFP) for the Marketplace for the Acquisition of Professional Services (MAPS). This Multiple Award (MA) Indefinite Delivery Indefinite Quantity (IDIQ) contract aims to provide uncommon knowledge-based professional services and IT support worldwide. This draft incorporates industry feedback and anticipates an official RFP release by end of March/beginning of April 2026.
Purpose & Scope
The MAPS IDIQ will consolidate existing contract vehicles (RS3 and ITES-3S) to enhance flexibility, reduce redundancy, and improve cost-efficiency for Army and other federal agencies. Services will cover five key technical support areas:
- Engineering, Logistics and Operational Services
- Research, Development, Test and Evaluation (RDT&E) Services
- Management and Advisory Services
- Emerging IT Services
- Foundational IT Services Services explicitly excluded are inherently governmental functions, personal services, Architect & Engineering (A&E) services, and construction services.
Contract Details
- Contract Type: Multiple Award Indefinite Delivery Indefinite Quantity (MA IDIQ). Task Orders (TOs) can be Fixed Price (FP), Time-and-Materials (T&M), or Cost Reimbursement (CR), or a hybrid.
- Period of Performance: A maximum ordering period of 10 years (5-year Base + 5-year Optional).
- Minimum Guarantee: $100.00.
- Fee: For Cost-Plus-Fixed-Fee (CPFF) TOs, the fee rate is capped at 5% for non-RDT&E work and 7% for RDT&E work.
Eligibility & Set-Aside
This opportunity will utilize full and open competition with reserved awards for small businesses. Individual task orders may also be restricted to Small Businesses. Awards are planned across different business categories: Large Businesses (including Emerging Large Businesses), Small Businesses, and Commercial-Sector Vendors, with an intent to make 70 awards per Domain. Restrictions apply to "One Contract Per Entity" and Joint Ventures.
Submission & Evaluation
Proposals will be submitted via the Digital Market Portal. Key proposal volumes include a Cover Letter (Attachment 0001), Screening Questions and Scorecard (Attachment 0002, specific to business size), Past Performance (Attachment 0003 Qualifying Project Form, Attachment 0004 PPQ Form), and for Large Businesses, a Small Business Subcontracting Plan.
Evaluation is a multi-phase process based on technical merit (self-scored and verified) and price, selecting the highest technically rated offerors with a fair and reasonable price. Mandatory screening requirements include an active SECRET facility clearance, ISO 9001:2015 certification, and CMMC Final Level 2 (self) certification. For Small Businesses, Government Determined Acceptable Purchasing/Accounting Systems are no longer part of the scoring. QP submissions now allow Technical Guidance Letters and use of QPs where the prime performed as a subcontractor for Small, Emerging Large, and Commercial-Sector Vendors.
Key Dates & Contact
- Official RFP Release: Anticipated end of March/beginning of April 2026.
- Proposal Validity: Proposals must remain valid for 360 days.
- Contact: ACC-APG Email Box (usarmy.apg.acc.mbx.acc-apg-maps-contracting-office@army.mil).
Additional Notes
The RFP details extensive requirements for Antiterrorism/OPSEC, cybersecurity training, and personnel security clearances. Provisions for "On-Ramps" and "Off-Ramps" allow for adding or removing contract holders based on performance and government needs. Organizational Conflict of Interest (OCI) mitigation is a key consideration.