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) has issued a Solicitation for Base Test Support Services (BTSS) Follow-on. This opportunity seeks a Service-Disabled Veteran-Owned Small Business (SDVOSB) to provide comprehensive logistics and operational support for field test events. Proposals are due April 8, 2026, at 4:30 PM EDT.
Purpose & Scope
The awardee will provide continued contractor services for the OEC mission, including management, administration, supervision, logistics, vehicle and equipment maintenance, motor pool functions, and supply warehouse operations. Support is required for operational field test events, with intermittent assignments for operational and customer testing, data collection, and logistical support for other Department of War activities and OEC organizations. Services may be performed within the Continental United States (CONUS) and Outside the Continental United States (OCONUS). Primary performance locations include Fort Hood, TX; Fort Bragg, NC; and Fort Bliss, TX, with potential for Fort Huachuca, AZ, and Fort Sill, OK.
Contract Details
This will result in an Indefinite Delivery Indefinite Quantity (IDIQ) contract. Labor services will be Cost Plus Fixed-Fee (CPFF), with a Firm Fixed-Price (FFP) Contract Line Item Number (CLIN) for a one-month Phase-in period. Cost-reimbursable CLINs are included for Other Direct Costs (ODCs)/Travel and Contractor Acquired Property (CAP). The contract minimum is $10,000 and the maximum is $77,000,000. The Period of Performance includes a one-month Phase-in (projected Sep 1, 2026) and a Base Period of 4 years and 11 months (Oct 1, 2026 - Aug 31, 2031), with a potential six-month extension.
Key Requirements & Clarifications
Offerors must comply with CMMC Level 1 requirements prior to award. Key personnel (Program Manager, Logistics Manager, Security Manager) require Top Secret clearances, while other personnel require a minimum Tier 1 clearance. The contractor will be responsible for managing Government Furnished Property (GFP) and performing TMDE calibration up to Level T. Extensive reporting, including monthly progress and financial reports, is required. Historical workload data and wage determinations are provided for bidder reference.
Submission & Evaluation
Proposals must be submitted solely through the Procurement Integrated Enterprise Environment (PIEE) suite. Evaluation will be based on a "best value" approach. Technical/Mission Capability (Technical Approach, Management & Execution Approach, Sample Test/Task Order Proposal) and Past Performance are significantly more important than Cost/Price. Offerors must achieve an "Acceptable" or better rating in all Technical/Mission Capability subfactors. The Sample Task Order Proposal (TOP) in Volume I is limited to 15 pages, with attachments allowed an additional 15 pages beyond general page limits, but cost attachments must be in Volume III. Subcontractor Past Performance Questionnaires (PPQs) from government personnel are preferred, with greater weight given to government responses.
Amendments & Updates
Amendment 0002 (March 31, 2026) clarified instructions for L.3.1.3 (Sample Test, Sample Task Order Proposal), specifically regarding page limitations for TOP attachments within Volume I. Amendment 0001 (March 24, 2026) updated the PWS and Pricing Matrix, and corrected CLIN start dates. The RFP close date remains unchanged across all amendments.
Contact Information
Primary Point of Contact: Avangela Ligons-Sutton (avangela.y.ligons-sutton.civ@army.mil). Secondary Point of Contact: Ingrid Smith (ingrid.v.smith.civ@army.mil).