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 Department of the Army is soliciting proposals for Base Test Support Services (BTSS) Follow-on for the US Army Operational Evaluation Command (OEC). This is a Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside opportunity. The contract will be an Indefinite Delivery Indefinite Quantity (IDIQ) with Cost Plus Fixed-Fee (CPFF) for labor services, a Firm Fixed-Price (FFP) CLIN for a one-month phase-in period, and Cost Reimbursable (CR) CLINs for Other Direct Costs (ODCs)/Travel and Contractor Acquired Property (CAP). Proposals are due April 8, 2026, at 4:30 PM EDT.
Purpose & Scope
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. Services also encompass operational and customer testing, data collection, and logistical support for other Department of War (DoW) activities and OEC organizations both within CONUS and OCONUS, as defined in individual task authorizations. The updated Performance Work Statement (PWS) outlines requirements for data management, logistics support, and technical support.
Contract Details
- Contract Type: IDIQ, CPFF (labor), FFP (phase-in), CR (ODCs/Travel, CAP).
- Period of Performance: A five-year ordering period with a potential six-month extension. The one-month phase-in period is scheduled from September 1, 2026, to September 30, 2026, followed by the base period from October 1, 2026, to August 31, 2031 (corrected by Amendment 0001).
- Contract Value: Minimum $10,000 / Maximum $77,000,000.
- Task Order Value: Minimum $500 / Maximum $77,000,000.
- Set-Aside: Service-Disabled Veteran-Owned Small Business (SDVOSB).
- Primary Locations: Fort Hood, TX; Fort Bragg, NC; Fort Bliss, TX. Additional locations may include Fort Huachuca, AZ, and Fort Sill, OK, with potential for CONUS and OCONUS performance.
Submission & Evaluation
- Proposal Due Date: April 8, 2026, 4:30 PM EDT.
- Submission Method: Proposals must be submitted SOLELY through the Procurement Integrated Enterprise Environment (PIEE) suite.
- Evaluation Factors: Best value approach, with Technical/Mission Capability and Past Performance being significantly more important than Cost/Price. Offerors must achieve an "Acceptable" or better rating in all Technical/Mission Capability subfactors to be eligible for award.
- Technical/Mission Capability: Evaluated on Technical Approach, Management & Execution Approach, and Sample Test/Task Order Proposal (TOP). The TOP submission in Volume I is limited to 15 pages, with attachments not subject to general page limitations.
- Past Performance: Evaluated for recency, relevancy, and quality. For joint ventures with an SDVOSB managing partner, a minimum of two past performance contracts from the SDVOSB managing partner are required. Prime contractors may submit two separate PPQs for subcontractor performance, with government responses carrying greater weight.
- Cost/Price: Evaluated for reasonableness, realism, balance, and completeness. Proposed indirect rates, if lower than supported, will be capped for the contract duration.
Key Requirements & Updates
- Amendment 0001 (March 24, 2026): Corrected CLIN 0003 and 0004 start dates to October 1, 2026, revised Section L (Instructions, Conditions, & Notices to Offerors or Quoters) and Section M (Evaluation Factors for Award), and replaced Attachment 1 (PWS) and Attachment 4 (Pricing Matrix).
- Q&A (March 24, 2026): Finalized responses to vendor questions, clarifying aspects such as subcontractor PPQs, anonymous technical proposals (knowledge of BTSS operations can be discussed, but not specific sites/prior contracts), and personnel clearances (Tier 1 minimum, Top Secret for PM, LM, SM).
- Security: A Top Secret facility clearance is required. Personnel require specific security clearances based on roles.
- Reporting: Extensive reporting requirements, including monthly progress and financial reports, and electronic cost reporting via eCRAFT.
- CMMC: Cybersecurity Maturity Model Certification (CMMC) Level 1 is required prior to award.
- TMDE Calibration: The contractor will perform TMDE calibration up to Level T using government-provided equipment.
Contact Information
- Primary: Avangela Ligons-Sutton (avangela.y.ligons-sutton.civ@army.mil)
- Secondary: Ingrid Smith (ingrid.v.smith.civ@army.mil)