Marketplace for the Acquisition of Professional Services (MAPS) - UPDATE

SOL #: W15P7T-25-R-MAPSSources Sought

Overview

Buyer

DEPT OF DEFENSE
Dept Of The Army
W6QK ACC-APG
ABERDEEN PROVING GROU, MD, 21005-1846, United States

Place of Performance

Aberdeen Proving Ground, MD

NAICS

No NAICS code specified

PSC

No PSC code specified

Set Aside

No set aside specified

Timeline

1
Posted
Oct 18, 2024
2
Last Updated
Mar 17, 2026
3
Response Deadline
Mar 28, 2025, 9:00 PM

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 5 of the Marketplace for the Acquisition of Professional Services (MAPS) Request for Proposal (RFP). This initiative aims to consolidate existing IDIQ vehicles (RS3 and ITES-3S) into a single, more flexible, and cost-efficient contract for acquiring knowledge-based professional and IT services. Industry feedback is currently being sought via a survey to shape the Final RFP. A virtual listening session was held on March 12, 2026, to discuss changes.

Opportunity Overview

MAPS is a Multiple Award Indefinite Delivery Indefinite Quantity (MA IDIQ) contract designed to provide Army customers and other federal agencies with a broad range of knowledge-based professional and IT services worldwide. This includes support for Army enterprise infrastructure and infostructure goals. Services explicitly excluded are Inherently Governmental Functions, Personal Services, Architect & Engineering (A&E) Services, and Construction Services.

Contract Details

  • Contract Type: MA IDIQ
  • Period of Performance: Up to 10 years (5-year base + one 5-year option)
  • Minimum Guarantee: $100
  • Task Order Types: Fixed Price (FP), Time-and-Materials (T&M), Cost Reimbursement (CR), or hybrid
  • Place of Performance: Aberdeen Proving Ground, MD, and worldwide as per task orders.

Key Changes (Draft 4 to Draft 5)

Significant updates include:

  • Increased Awardees: Anticipated awards increased from 50 to 70 per domain.
  • Minimum Guarantee: Updated to $100.
  • Off-Ramp Criteria: The "50% bid rate" requirement has been removed.
  • Evaluation Focus: Shifted to the "Highest Rated Technical Offeror."
  • Domain Renaming: "Technical Services Domain" is now "Engineering, Logistics and Operational Services Domain."
  • Emerging Large Businesses: New criteria and specific evaluation factors introduced.
  • Scorecard Updates: Point allocations for Systems/Certifications and Past Performance have been revised, including new criteria for passthrough rate, schedule, completeness, and price.

Eligibility & Set-Aside

This is a Full and Open Competition with reserved awards for small businesses. Specific evaluation criteria are tailored for Large Businesses, Emerging Large Businesses, Small Businesses, and Commercial-Sector Vendors. Offerors are limited to one contract per domain per legal entity.

Evaluation Factors

Proposals will undergo a multi-phase evaluation, including initial self-scoring and government verification. Key factors include:

  • Screening Questions: Mandatory requirements for facility clearance (SECRET/TOP SECRET), ISO 9001, CMMC Final Level 2 (self), and acceptable government systems (Accounting, Purchasing, Property Management, EVMS).
  • Past Performance: Assessed on Recency, Relevance, NAICS Alignment, Performance Quality (CPARS/PPQ), Dollar Value, Passthrough Rate, Vacancy Rate, and Time to Fill Rate.
  • Outcome-Based QPs: Evaluated on Schedule and Completeness.

Submission & Deadlines

Proposals for the final RFP will be submitted via the Digital Market Portal and must remain valid for 360 days. The proposed timeline for the final RFP is:

  • Solicitation Release: End of March/Beginning of April 2026
  • Proposal Due Date: End of April 2026
  • MAPS Award: End of July/Beginning of August 2026

Industry is encouraged to provide feedback via the attached survey to help shape the Final RFP.

Contact Information

For inquiries, contact ACC-APG Email Box at usarmy.apg.acc.mbx.acc-apg-maps-contracting-office@army.mil.

People

Points of Contact

Files

Files

View

Versions

Version 19
Solicitation
Posted: Mar 17, 2026
View
Version 18
Solicitation
Posted: Mar 10, 2026
View
Version 17
Solicitation
Posted: Feb 6, 2026
View
Version 16
Solicitation
Posted: Feb 1, 2026
View
Version 15
Solicitation
Posted: Jan 26, 2026
View
Version 14
Solicitation
Posted: Jan 23, 2026
View
Version 13
Solicitation
Posted: Jan 8, 2026
View
Version 12
Solicitation
Posted: Jan 7, 2026
View
Version 11
Solicitation
Posted: Dec 22, 2025
View
Version 10
Solicitation
Posted: Nov 17, 2025
View
Version 9Viewing
Sources Sought
Posted: Mar 26, 2025
Version 8
Sources Sought
Posted: Mar 21, 2025
View
Version 7
Sources Sought
Posted: Feb 7, 2025
View
Version 6
Sources Sought
Posted: Dec 13, 2024
View
Version 5
Sources Sought
Posted: Nov 12, 2024
View
Version 4
Sources Sought
Posted: Nov 5, 2024
View
Version 3
Sources Sought
Posted: Oct 28, 2024
View
Version 2
Sources Sought
Posted: Oct 23, 2024
View
Version 1
Sources Sought
Posted: Oct 18, 2024
View