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)

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 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.

People

Points of Contact

Avangela Ligons-SuttonPRIMARY
Ingrid SmithSECONDARY

Files

Files

Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download

Versions

Version 13
Solicitation
Posted: Mar 31, 2026
View
Version 12
Solicitation
Posted: Mar 30, 2026
View
Version 11
Solicitation
Posted: Mar 27, 2026
View
Version 10
Solicitation
Posted: Mar 24, 2026
View
Version 9Viewing
Solicitation
Posted: Mar 24, 2026
Version 8
Solicitation
Posted: Mar 20, 2026
View
Version 7
Solicitation
Posted: Mar 13, 2026
View
Version 6
Solicitation
Posted: Mar 6, 2026
View
Version 5
Solicitation
Posted: Mar 4, 2026
View
Version 4
Pre-Solicitation
Posted: Mar 2, 2026
View
Version 3
Pre-Solicitation
Posted: Feb 13, 2026
View
Version 2
Pre-Solicitation
Posted: Feb 4, 2026
View
Version 1
Pre-Solicitation
Posted: Feb 2, 2026
View
Solicitation US Army Operational Evaluation Command, Base Test Support Services Follow-on | GovScope