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 has issued a Solicitation (W51EW726RA004) for Base Test Support Services (BTSS) Follow-on for the US Army Operational Evaluation Command (OEC). This opportunity is a Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside. The contract will be an Indefinite Delivery Indefinite Quantity (IDIQ) with Cost Plus Fixed-Fee (CPFF) for labor, a Firm Fixed-Price (FFP) phase-in, and Cost Reimbursable (CR) CLINs for Other Direct Costs (ODCs) and Contractor Acquired Property (CAP). Proposals are due April 8, 2026, at 4:30 PM EDT.
Scope of Work
The awardee will provide non-personal services to support OEC's mission, including planning, conducting, and reporting on independent operational tests, experiments, and assessments of Army materiel and information mission area systems. Key services encompass:
- Data Management & Reporting: Data management, document preparation, collection, database development/entry, and reporting.
- Logistics Support: Management and maintenance of test sites, supplies, Government Furnished Property (GFP), vehicle/equipment maintenance, motor pool functions, and supply warehouse operations.
- Technical Support: Off-the-shelf instrumentation support and technical input for test planning. Services may be required at primary locations like Fort Hood, TX; Fort Bragg, NC; and Fort Bliss, TX, with potential support at Fort Huachuca, AZ; Fort Sill, OK; and other CONUS/OCONUS locations.
Contract Details
- Contract Type: IDIQ (CPFF for labor, FFP for phase-in, CR for ODCs/CAP)
- Period of Performance: Five-year ordering period (1-month phase-in from Sep 1, 2026; 4 years, 11 months base from Oct 1, 2026) with a potential six-month extension.
- 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)
Submission & Evaluation
- Proposal Due Date: April 8, 2026, 4:30 PM EDT. No extensions will be granted.
- Submission Method: Exclusively through the Procurement Integrated Enterprise Environment (PIEE) suite.
- Evaluation Basis: Best value, with Technical/Mission Capability and Past Performance significantly more important than Cost/Price. Offerors must achieve an "Acceptable" or better rating in all Technical/Mission Capability subfactors.
- Key Clarifications (from latest Q&A):
- RFP sections L.3.2.7, L.3.1.3, L.2.3, and PWS 3.5.2 are pending amendment.
- Subcontractor Past Performance Questionnaires (PPQs) can be submitted by prime contractors, with government responses carrying greater weight.
- Technical proposals should not reference specific sites or prior contracts to establish relevance but can discuss knowledge of BTSS operations.
- CMMC Level 1 certification is required prior to award.
Key Attachments
- Performance Work Statement (PWS): Details service requirements.
- Sample Test SOW: M10 Booker Combat Vehicle (BCV) Initial Operational Test (IOT).
- Performance Assessment Questionnaire (PPQ): For past performance evaluation.
- Pricing Matrix: For detailed cost proposals and labor build-up.
- Historical Data: Workload data from Apr 2021-Mar 2025.
- Government Furnished Property (GFP) & Facilities: Lists of items and buildings provided.
- Reporting Requirements: Detailed performance and cost report specifications.
- Wage Determinations: For Service Contract Act compliance.