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, Operational Evaluation Command (OEC) has released a Solicitation for Base Test Support Services (BTSS) Follow-on. This Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside seeks to award an Indefinite Delivery Indefinite Quantity (IDIQ) contract to provide comprehensive support for operational field test events. Proposals are due April 8, 2026, at 4:30 PM EDT.

Scope of Work

The awardee will provide non-personal services including management, administration, supervision, logistics, vehicle and equipment maintenance, motor pool functions, and supply warehouse operations. These services support the OEC mission for operational field test events. The contractor will also perform intermittent operational and customer testing, data collection, and logistical support for other Department of War (DoW) activities and OEC organizations, both within the Continental United States (CONUS) and Outside the Continental United States (OCONUS), as identified in individual task authorizations. Primary locations include Fort Hood, TX; Fort Bragg, NC; and Fort Bliss, TX, with potential for other CONUS/OCONUS sites.

Contract Details

This will be an IDIQ, Cost Plus Fixed-Fee (CPFF) contract for all labor services, including a Firm Fixed-Price (FFP) CLIN for a one-month phase-in period (September 1 - September 30, 2026). Cost-reimbursable CLINs are included for Other Direct Costs (ODCs)/Travel and Contractor Acquired Property (CAP). The contract includes FAR 52.217-8 (Option to Extend Services). The period of performance is a five-year ordering period (October 1, 2026 - August 31, 2031). The contract has a minimum value of $10,000 and a maximum of $77,000,000. Task orders will range from $500 to $77,000,000.

Submission & Evaluation

Proposals must be submitted solely through the Procurement Integrated Enterprise Environment (PIEE) suite by April 8, 2026, 4:30 PM EDT. The evaluation will follow a "best value" approach, where Technical/Mission Capability and Past Performance are significantly more important than Cost/Price. Technical/Mission Capability will be assessed across Technical Approach, Management and Execution Approach, and a Sample Test/Task Order Proposal. Past Performance will be evaluated for recency, relevancy, and quality. Offerors must achieve an "Acceptable" or better rating in all Technical/Mission Capability subfactors to be eligible for award. Compliance with Cybersecurity Maturity Model Certification (CMMC) Level 1 is required prior to award.

Key Clarifications & Updates

Recent updates confirm that an amendment (Amendment 0001) is anticipated for release no later than March 25, 2026, combining Q&A responses and government clarifications. This amendment will not extend the proposal due date. Clarifications regarding Past Performance Questionnaires (PPQs) state they must be completed by Government personnel only, even for subcontractors, and government responses will carry greater weight. Joint Ventures (JVs) with an SDVOSB managing partner must provide a minimum of two past performance contracts from the managing partner. Offerors cannot reference specific sites or prior contracts in technical proposals to establish relevance but may discuss general knowledge of BTSS operations.

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).

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 9
Solicitation
Posted: Mar 24, 2026
View
Version 8Viewing
Solicitation
Posted: Mar 20, 2026
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