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 U.S. Army Operational Evaluation Command (OEC) is soliciting proposals for Base Test Support Services (BTSS) Follow-on. This Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside opportunity seeks comprehensive support for operational field test events, including management, logistics, and maintenance. Proposals are due April 8, 2026, by 4:30 PM EDT.
Opportunity Overview
This solicitation will result in an Indefinite Delivery Indefinite Quantity (IDIQ) contract. It features a Cost Plus Fixed-Fee (CPFF) structure for labor services, a Firm Fixed-Price (FFP) for a one-month phase-in period, and Cost Reimbursable CLINs for Other Direct Costs (ODCs)/Travel and Contractor Acquired Property (CAP). The contract includes FAR 52.217-8 (Option to Extend Services). The estimated contract value ranges from $10K to $77M, with task orders from $500 to $77M. The period of performance is approximately five years, with a one-month phase-in (Sep 1-30, 2026) followed by a base period from October 1, 2026, to August 31, 2031. Primary performance locations include Fort Hood, TX; Fort Bragg, NC; and Fort Bliss, TX, with potential for CONUS and OCONUS support.
The scope of work involves providing continued contractor services for the OEC mission, encompassing management, administration, supervision, logistics, vehicle and equipment maintenance, motor pool functions, and supply warehouse operations. The contractor will also support operational field test events and, on an intermittent basis, perform operational and customer testing, data collection, and logistical support for other Department of War activities.
Key Updates & Clarifications
The Government issued Amendment 0001 on March 24, 2026, which included updated Attachments 1 (PWS) and 4 (Pricing Matrix), and corrected the start dates for CLINs 0003 and 0004 to October 1, 2026. Section L (Instructions) and Section M (Evaluation Factors) were also revised. An upcoming Amendment 0002, expected by March 30, 2026, will specifically correct and clarify instructions for L.3.1.3 Subfactor Three: Sample Test, Sample Task Order Proposal (TOP). Offerors must include job position/labor category and man hours in Volume I (CDRL A003 16.4(a)), while all proposed costs under 16.4 must be in Volume III. TOP Attachments (cover letter, technical approach via Power Point) can be within Volume I's 60-page limit but are authorized an additional 15 pages beyond L.2.3 limitations. The RFP Q&A is final as of March 24, 2026.
Submission & Evaluation
Proposals must be submitted solely through the Procurement Integrated Enterprise Environment (PIEE) suite by April 8, 2026, 4:30 PM EDT. The award will be based on a "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 (Technical Approach, Management and Execution Approach, and Sample Test/Task Order Proposal) to be eligible. CMMC Level 1 certification is required prior to award.
Key Attachments
Important documents include the Performance Work Statement (PWS), Sample Test/Sample Task Order Proposal, Past Performance Questionnaire (PPQ), Pricing Matrix, Historical Data, and Wage Grade Determinations.