Solicitation US Army Operational Evaluation Command, Base Test Support Services Follow-on
SOL #: W51EW726RA004Solicitation
Overview
Buyer
DEPT OF DEFENSE
Dept Of The Army
W6QM MICC TSC
JBSA FT SAM HOUSTON, TX, 78234-0000, United States
Place of Performance
Place of performance not available
NAICS
Facilities Support Services (561210)
PSC
Logistics Support Services (R706)
Set Aside
Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14) (SDVOSBC)
Original Source
Timeline
1
Posted
Feb 2, 2026
2
Last Updated
Mar 31, 2026
3
Submission Deadline
Apr 8, 2026, 8:30 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 U.S. Army Operational Evaluation Command (OEC) is soliciting proposals for Base Test Support Services (BTSS) Follow-on under a Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside. This opportunity seeks to provide non-personal services for operational test events, experiments, and assessments of Army materiel and information mission area systems. The solicitation will result in an Indefinite Delivery Indefinite Quantity (IDIQ) contract. Proposals are due by 4:30 PM EDT on April 8, 2026.
Scope of Work
The contractor will provide comprehensive support for OEC's mission, including:
- Data Management: Data collection, database development, entry, and reporting.
- Logistics Support: Preparation and maintenance of test sites, supply actions, and maintenance/operation of test support vehicles and equipment.
- Technical Support: Operating Government-furnished instrumentation and providing technical input to test planning.
- Base Operations: Management, administration, supervision, logistics, vehicle/equipment maintenance, motor pool, and supply warehouse functions.
- Operational Testing: Intermittent support for operational and customer testing, data collection, and logistical support for other Department of War activities and OEC organizations, both CONUS and OCONUS.
Contract Details
- Contract Type: IDIQ, primarily Cost Plus Fixed-Fee (CPFF) for labor services, with 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).
- Value: Minimum $10,000 / Maximum $77,000,000. Task Order Minimum $500 / Maximum $77,000,000.
- Period of Performance: A five-year ordering period with a potential six-month extension. Phase-in is 1 month (Sept 1 - Sept 30, 2026), followed by a Base Period from October 1, 2026, to August 31, 2031.
- Primary Locations: Fort Hood, TX; Fort Bragg, NC; Fort Bliss, TX. Additional support may be required at Fort Huachuca, AZ; Fort Sill, OK; and other CONUS/OCONUS locations.
Submission & Evaluation
- Submission Method: Proposals must be submitted exclusively through the Procurement Integrated Enterprise Environment (PIEE) suite.
- Evaluation Criteria: Award will be based on a "best value" approach. Technical/Mission Capability and Past Performance are significantly more important than Cost/Price. Offerors must achieve an "Acceptable" or better rating in all Technical/Mission Capability subfactors.
- Key Requirements:
- CMMC: Compliance with Cybersecurity Maturity Model Certification (CMMC) Level 1 is required prior to award.
- Security Clearances: Personnel require specific security clearances (Tier 3 minimum, Top Secret for Program Manager, Logistics Manager, and Security Manager).
- Reporting: Extensive reporting requirements, including monthly progress/financial reports and electronic cost reporting via eCRAFT.
- Sample Task Order Proposal (TOP): Volume I submission is limited to 15 pages, with additional 15 pages allowed for TOP attachments (cover letter, technical approach via Power Point). Cost attachments for TOP must be in Volume III.
Key Updates & Clarifications
- Amendment 0002 (DRAFT): Issued to correct and clarify instructions for L.3.1.3 regarding the Sample Task Order Proposal (TOP) submission, specifically page limitations for attachments. The final Amendment 0002 will be posted upon resolution of a systems error.
- Amendment 0001: Corrected the start date for CLINs 0003 and 0004 to October 1, 2026, and revised sections L and M, including updated PWS and Pricing Matrix attachments.
- Q&A: Clarified that prime contractors can submit two separate PPQs for subcontractor performance (government responses weighted higher) and that technical proposals should not reference specific sites or prior contracts to establish relevance, but can discuss knowledge of BTSS operations.
People
Points of Contact
Avangela Ligons-SuttonPRIMARY
Ingrid SmithSECONDARY
Files
Files
Versions
Version 13
Solicitation
Posted: Mar 31, 2026
Version 12Viewing
Solicitation
Posted: Mar 30, 2026
Version 11
Solicitation
Posted: Mar 27, 2026
Version 10
Solicitation
Posted: Mar 24, 2026
Version 9
Solicitation
Posted: Mar 24, 2026
Version 8
Solicitation
Posted: Mar 20, 2026
Version 7
Solicitation
Posted: Mar 13, 2026
Version 6
Solicitation
Posted: Mar 6, 2026
Version 5
Solicitation
Posted: Mar 4, 2026
Version 4
Pre-Solicitation
Posted: Mar 2, 2026
Version 3
Pre-Solicitation
Posted: Feb 13, 2026
Version 2
Pre-Solicitation
Posted: Feb 4, 2026
Version 1
Pre-Solicitation
Posted: Feb 2, 2026