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, through ACC-APG, has released Draft 6 of the 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 consolidate existing contract vehicles (RS3 and ITES-3S) to streamline the acquisition of knowledge-based professional services and IT support for Army and other federal agencies worldwide. The official RFP release is anticipated for March/April 2026.
Purpose & Scope
The MAPS IDIQ will provide uncommon knowledge-based professional services and IT support, enhancing flexibility, reducing redundancy, and improving cost-efficiency. The scope covers 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 Services, and Construction Services.
Contract Details
- Contract Type: Multiple Award Indefinite Delivery Indefinite Quantity (MA IDIQ).
- Task Order Types: Fixed Price (FP), Time-and-Materials (T&M), Cost Reimbursement (CR), or hybrid.
- Period of Performance: Maximum 10 years (5-year Base Ordering Period + 5-year Optional Ordering Period).
- Minimum Guarantee: $100.00.
- Fee: Negotiated at a rate equal to or less than half the regulatory limits (5% for Non-Experimental/Developmental/Research Work, 7% for Experimental/Developmental/Research Work).
Submission & Evaluation
Proposals will be submitted through the Digital Market Portal (instructions in Appendix A). Evaluation will follow a multi-phase approach, including self-scores, verification review, and final gate criteria. Key evaluation factors include:
- Screening Questions: Mandatory requirements such as active SECRET facility clearance, ISO 9001:2015 certification, CMMC Final Level 2 (self) certification, and acceptable CPARS ratings. Failure to meet these will result in disqualification.
- Systems and Certifications: Points awarded for Government Approved Accounting/Purchasing Systems, TOP SECRET Facility Clearance, CMMC Level 2 (various stages), and ISO/IEC 27001:2022.
- Past Performance: Evaluated based on Qualifying Project (QP) submissions (Attachment 0003), including Recency, Relevance, NAICS Alignment, Performance Quality (CPARS/PPQ ratings via Attachment 0004), Dollar Value, Passthrough Rate, Vacancy Rate, Time to Fill Rate, Schedule, and Completeness.
- Price. Specific scorecards (Attachment 0002) are provided for Large, Emerging Large, Small, and Commercial-Sector Businesses. The proposal deadline is not specified in this draft, but proposals must remain valid for 360 days.
Eligibility & Set-Aside
The base contract will be awarded under full and open competition with reserved awards for small businesses. Individual task orders may be restricted to Small Businesses. Awards are planned across different business categories: Large Businesses, Emerging Large Businesses, Small Businesses, and Commercial-Sector Vendors. Specific requirements and evaluation criteria are detailed for each business size.
Key Attachments & Notes
Key attachments include the Cover Letter (Attachment 0001), various Scorecards (Attachment 0002), the Qualifying Project Form (Attachment 0003), and the Past Performance Questionnaire (Attachment 0004). The RFP also details on-ramp and off-ramp procedures, Organizational Conflict of Interest (OCI) mitigation, and extensive requirements for security, training, and contractor personnel.