ContractSolicitation

Marketplace for Acquisition of Professional Services (MAPS)

DEPT OF DEFENSE W15P7T-26-R-A006
Response Deadline
May 20, 2026
12 days left
Days Remaining
12
Until deadline
Set-Aside
Full & Open
Notice Type
Solicitation

Contract Opportunity Analysis

Army Contracting Command-Aberdeen Proving Ground is seeking a multiple-award IDIQ contract, MAPS, to provide knowledge-based professional and IT services for Army customers, Department of War agencies, and other federal agencies. The work covers engineering, logistics, research, development, test and evaluation, management and advisory, emerging IT, and foundational IT support worldwide, including CONUS, OCONUS, and hostile areas. The solicitation calls for a 10-year ordering period with fixed-price, time-and-materials, and cost-reimbursement task orders, and it emphasizes security, cybersecurity, quality control, and contractor performance oversight, with proposal evaluation tied to screening requirements, technical certifications, and past performance. Amendment 006 extends the proposal due date to 5:00 PM EST on Wednesday, May 20, 2026, and the point of contact is the ACC-APG email box at usarmy.apg.acc.mbx.acc-apg-maps-contracting-office@army.mil.

Classification Codes

NAICS Code
541330
Engineering Services
PSC Code
R425
SUPPORT- PROFESSIONAL: ENGINEERING/TECHNICAL

Solicitation Documents

47 Files
Solicitation - W15P7T26RA006.pdf
PDF6472 KBMay 8, 2026
AI Summary
The MAPS IDIQ contract, issued by the Army Contracting Command-Aberdeen Proving Ground, aims to provide global knowledge-based professional and IT services to Army and other federal agencies. With a maximum value of $50 billion over a potential 10-year period, this Multiple Award Indefinite Delivery Indefinite Quantity contract combines elements from existing contract vehicles to enhance flexibility and cost-efficiency. Services span engineering, logistics, RDT&E, management, and IT, excluding inherently governmental functions and construction. The contract outlines detailed requirements for performance, security, quality control, and contractor management, including provisions for on-ramping new contractors and off-ramping non-performing ones. Specific clauses address invoicing, intellectual property, and compliance with various federal regulations, emphasizing the need for robust cybersecurity training and certifications for all personnel.
Summary of Changes - Amendment 02 - 09APR2026.pdf
PDF175 KBMay 8, 2026
AI Summary
Amendment 02 details significant updates across Sections C, H, L, and M, and Attachment 0002. Key changes include correcting misnumbering and adding T&M Contract Type in Section C, clarifying the definition of 'Emerging Large Business' and adding UEI Code in Section H. Section L provides clearer instructions for offerors, specifically regarding cover letters, screening questions (one entity per UEI Code), QP submissions, and mandates both Large and Emerging Large Businesses to submit a Small Business Subcontracting Plan. Section M revises evaluation factors by removing points for non-JV offerors and clarifying technical capabilities. Attachment 0002 updates scorecards to align with the 'Schedule' evaluation criteria. These revisions aim to enhance clarity, ensure compliance, and streamline the proposal and evaluation process for federal government RFPs, federal grants, and state and local RFPs.
Solicitation Amendment 002 - W15P7T26RA006.pdf
PDF6476 KBMay 8, 2026
AI Summary
The Multiple Award Indefinite-Delivery Indefinite-Quantity (MAPS IDIQ) contract aims to provide the Army, Department of War, and other federal agencies with knowledge-based professional and IT services worldwide. Valued up to $50 billion, this contract offers a 10-year ordering period, comprising a five-year base and a five-year optional period. Services include engineering, logistics, research, development, test and evaluation, management and advisory, and emerging and foundational IT services. Task orders can be Fixed Price, Time-and-Materials, or Cost Reimbursement. The contract emphasizes strict compliance with security, antiterrorism, and cybersecurity requirements, including specific training and certifications for contractor personnel. It also outlines procedures for quality control, performance reviews, and on/off-ramping of contractors to ensure high performance and efficiency.
Attachment 0003 Amd 01 Qualifying Project Form 07APR2026.xlsx
Excel90 KBMay 8, 2026
AI Summary
The “Qualifying Project Form, Attachment 0003 Amendment 01” is a crucial document for government RFPs, federal grants, and state/local RFPs. It requires offerors to provide detailed information about a qualifying project (QP), including its number, contact details, contract/agreement number, and proposed domains for evaluation. The form mandates the submission of supporting documentation like the contract/agreement, PWS, SOW, or SOO. Key sections address NAICS codes, CPARS/PPQ, dollar value, and whether the QP is LOE-Based or Outcome-Based. Furthermore, the form outlines evaluation criteria for QPs, including vacancy rate, time to fill rate, schedule, completeness, and passthrough rate, detailing calculation methodologies for each. Certification by both the contracting official and the offeror is required, with additional sections for affiliate CAGE codes and legal entity confirmation.
Attachment 0003 Amd 02 Qualifying Project Form 09APR2026.xlsx
Excel90 KBApr 16, 2026
AI Summary
This government document, Attachment 0003 Amendment 01, outlines the "Qualifying Project Form" for Offerors responding to an RFP. The form requires detailed information about a Qualifying Project (QP), including contracting party contact details, specific contract/agreement numbers, and proposed evaluation domains (Engineering, Logistic & Operational, Management & Advisory, RDT&E, Emerging IT, Foundational IT). Offerors must identify relevant NAICS codes and provide explanations, indicate the presence of CPARS or PPQs, and state the dollar value. A key distinction is made between LOE-Based QPs and Outcome-Based QPs, with specific requirements for period of performance and supporting documentation (PWS, SOW, SOO). The form also details evaluation criteria such as Vacancy Rate, Time to Fill Rate, Schedule, Completeness, and Passthrough Rate. Certification from both the Contracting Official and the Offeror is mandatory, with provisions for QPs performed by affiliate entities.
MAPS Solicitation Questions and Answers - 24 April 2026.xlsx
Excel543 KBMay 8, 2026
AI Summary
The provided document, titled "MAPS Formal Solicitation Ques," is a compilation of 60 formal questions submitted by various offerors regarding a government Request for Proposal (RFP). These questions, submitted between April 1st and April 3rd, 2026, address numerous aspects of the solicitation. Key themes include clarification on submission mechanisms within the CHESS portal, particularly concerning the upload of multiple documents for different domains and restrictions on Classified Unclassified Information (CUI). Offerors seek guidance on subcontracting, CMMC Level 2 certification requirements, and the definition of business sizes for Joint Ventures. Numerous questions focus on the evaluation criteria for Qualifying Projects (QPs), including acceptable documentation for verification, NAICS code relevance, CPARS assessment methodology, and the calculation of vacancy and time-to-fill rates. Additionally, offerors inquire about pricing structures, the scope of the post-award conference, and the ability to rely on a managing partner's certifications for JVs. Recurring concerns highlight the strictness of certain requirements, which potentially limit competition, and logistical issues with the Digital Marketplace's upload capabilities and file size limits. The document primarily seeks clarification and potential modifications to the RFP's terms and conditions to ensure fair and comprehensive participation from all bidders.
Solicitation Amendment 003 - W15P7T26RA006.pdf
PDF5805 KBMay 8, 2026
AI Summary
The Multiple Award Indefinite Delivery Indefinite Quantity (MAPS IDIQ) contract, W15P7T26RA0060003, aims to provide knowledge-based professional and IT services to Army customers, Department of War agencies, and other federal agencies worldwide. The contract, with a maximum value of $50 billion and a potential 10-year ordering period, will be managed by the Army Contracting Command-Aberdeen Proving Ground. Services are categorized into Engineering, Logistics and Operational; Research, Development, Test & Evaluation; Management and Advisory; Emerging IT; and Foundational IT. The contract outlines specific requirements for period and place of performance, contract types (Firm Fixed Price, Time-and-Materials, and Cost Reimbursement), and comprehensive antiterrorism/operational security, cybersecurity, and property management protocols. It also details ordering procedures, including on and off-ramps for contractors based on performance, and specific invoicing and payment instructions using the Wide Area WorkFlow (WAWF) system. Contractors must adhere to strict security clearances, training, and reporting requirements, with a minimum guarantee of $100 for participation in a post-award meeting.
MAPS Solicitation Questions and Answers - 01 MAY 2026.xlsx
Excel546 KBMay 8, 2026
AI Summary
This government file is a comprehensive list of questions and requests for clarification regarding a federal RFP, likely for IT services under the MAPS IDIQ contract. The questions, submitted by various offerors, cover a wide range of topics including submission mechanisms, CMMC and ISO certification requirements, handling of CUI, business size definitions for Joint Ventures, NAICS code applicability, past performance evaluation criteria (CPARS, PPQs, vacancy rates, time-to-fill rates), contract value definitions, pricing for the post-award conference, acceptable accounting and purchasing systems, and technical capability evaluation. Many questions highlight concerns about potential restrictions on competition, administrative burdens, and inconsistencies in the solicitation documents, seeking modifications to ensure a fair and practical bidding process.
Solicitation Amendment 004 - W15P7T26RA006.pdf
PDF6496 KBMay 8, 2026
AI Summary
The Multiple Award Indefinite Delivery Indefinite Quantity (MAPS IDIQ) contract, reference W15P7T26RA0060004, aims to provide knowledge-based professional and IT services globally to Army and other federal agencies. With a maximum value of $50 billion over ten years (five base, five option), this contract combines existing vehicles to enhance flexibility and cost-efficiency. Services span engineering, RDT&E, management, and emerging/foundational IT. Task orders may be Fixed Price, Time-and-Materials, or Cost Reimbursement. The contract includes provisions for contractor performance, security, invoicing, and intellectual property. It also details on-ramp/off-ramp procedures to maintain contractor quality and responsiveness, ensuring compliance with federal regulations and departmental policies.
Summary of Changes - Amendment 04 - 30APR2026.pdf
PDF116 KBMay 8, 2026
AI Summary
This document, Amendment 04, details significant revisions across Sections H, L, M, and Attachment 0002 within a government solicitation, primarily focusing on clarifying and reallocating requirements and points related to accounting systems and business sizes. Key changes in Section H include updated definitions for "Emerging Large Business" and the addition of "Total Contract Value," alongside new paragraphs outlining expectations for accounting systems post-award. Section L, Instructions to Offerors, clarifies rules for submitting classified documents, joint ventures, and the use of parent company systems. Notably, the accounting system requirement for Large Businesses has been removed from screening questions but moved to an area where points can be earned. Section M, Evaluation Factors, reflects these changes through the removal of the accounting system from Large Business screening questions and a reallocation of points for accounting systems across all business sizes (Small, Emerging Large, and Large Businesses) and certifications. Attachment 0002 also reflects these point reallocations due to the accounting system changes, streamlining the evaluation process and clarifying criteria for offerors.
Attachment 0002 Amd 04 Scorecard - Small Business - 30APR2026.xlsx
Excel96 KBMay 8, 2026
AI Summary
This government file outlines the screening questions and a detailed scorecard used for evaluating offerors in response to an RFP, federal grant, or state/local RFP. The initial screening questions act as a gatekeeper, requiring 'YES' responses for small business certification, active SECRET facility clearance, ISO 9001:2015 or ISO 9001:2013 certification, and CMMC Final Level 2 (self) certification. Additionally, offerors must meet specific CPARS performance thresholds for their UEI. Failure to answer 'YES' to any screening question results in immediate exclusion from further evaluation. Section 02, the scorecard, details various capabilities and qualifications, assigning points for government-approved systems and certifications (e.g., accounting systems, TOP SECRET facility clearance, CMMC Level 2, ISO/IEC 27001:2022). A significant portion of the scorecard is dedicated to 'Past Performance,' which evaluates up to three Qualified Projects (QPs) based on recency, relevance, NAICS alignment, performance quality (CPARS/PPQ ratings), dollar value, passthrough rate, vacancy rate (for LOE-Based QPs), time to fill rate (for LOE-Based QPs), schedule (for Outcome-Based QPs), and completeness (for Outcome-Based QPs). Each criterion has a maximum point value, contributing to a total available credit of 130,000 points. The document emphasizes the importance of providing supporting documentation for all claims to facilitate government verification.
Attachment 0002 Amd 04 Scorecard - Large Business - 30APR2026.xlsx
Excel160 KBMay 8, 2026
AI Summary
This government file outlines the scoring criteria for a federal government Request for Proposal (RFP) related to various services, including Engineering, Logistics, Operational, Management, Advisory, Research Development Testing and Evaluation (RDT&E), Emerging IT, and Foundational IT Services. The document is structured into two main sections: Screening Questions and a Scorecard. The Screening Questions serve as a go/no-go gate, requiring offerors to confirm compliance with submission requirements, possession of a SECRET facility clearance, ISO 9001:2015 or 9001:2013 certification, CMMC Final Level 2 (self) or higher certification, and acceptable CPARS performance. Failure to answer 'YES' to all screening questions results in immediate disqualification. The Scorecard details the point allocation for various capabilities and qualifications, including Government Approved Systems and Certifications (Property Management, Accounting, Facility Clearance, CMMC, ISO/IEC 27001:2022), and Past Performance. Past Performance evaluation covers recency, relevance, NAICS alignment, performance quality, dollar value, passthrough rate, vacancy rate, time to fill rate, schedule, and completeness, with specific point values assigned to different performance tiers. The total available credit for this RFP is 130,000 points.
Attachment 0002 Amd 04 Scorecard - Emerging Large Business - 30APR2026.xlsx
Excel95 KBMay 8, 2026
AI Summary
This government file outlines a comprehensive scoring rubric for evaluating proposals, likely for federal contracts or grants, specifically targeting "Emerging Large Businesses." The evaluation is divided into two main sections: Screening Questions and a Scorecard. The Screening Questions act as a gatekeeper, requiring
Attachment 0002 Amd 02 Scorecard -Large Business- 09APR2026.xlsx
Excel160 KBMay 8, 2026
AI Summary
This document outlines the screening questions and scorecard for a federal government Request for Proposal (RFP) related to federal grants and state/local RFPs, specifically for large businesses. Section 01, "Screening Questions," details mandatory prerequisites for evaluation, including active SECRET facility clearance, ISO 9001:2015 or 2013 certification, CMMC Final Level 2 (self) certification, and government-determined acceptable accounting and purchasing systems. Failure to meet any of these criteria results in immediate disqualification. Section 02, "Scorecard," provides a detailed points system for various capabilities and qualifications, such as Government Approved Systems and Certifications (Property Management Systems, TOP SECRET Facility Clearance, CMMC Level 2, ISO/IEC 27001:2022 Certification), and Past Performance (Recency, Relevance, NAICS Alignment, Performance Quality, Dollar Value, Passthrough Rate, Vacancy Rate, Time to Fill Rate, Schedule, and Completeness for both LOE-Based and Outcome-Based Qualified Projects). The maximum total credits available are 130,000 points.
Solicitation Amendment 06- W15P7T26RA0060005.pdf
PDF6305 KBMay 8, 2026
AI Summary
The Multiple Award Indefinite Delivery Indefinite Quantity (MAPS IDIQ) contract, W15P7T26RA0060006, aims to provide knowledge-based professional and IT services to Army and other federal agencies worldwide. With a maximum value of $50 billion over ten years (five-year base and five-year option), this contract combines existing Army acquisition vehicles to enhance flexibility and cost-efficiency. Services include engineering, logistics, RDT&E, management, and emerging/foundational IT. The RFP outlines performance requirements, including security, anti-terrorism, and quality control. Task orders will define specific services and terms, with provisions for
Solicitation Amendment 06- W15P7T26RA0060006.pdf
PDF6305 KBMay 8, 2026
AI Summary
The Multiple Award Indefinite Delivery Indefinite Quantity (MA IDIQ) contract, named MAPS, aims to provide knowledge-based professional and IT services to Army and other federal agencies worldwide. The contract has a maximum value of $50 billion over a 10-year ordering period (5-year base and 5-year option). Services include engineering, logistics, RDT&E, management, and emerging and foundational IT. The contract supports various task order types (Fixed Price, Time-and-Materials, Cost Reimbursement). Key requirements include compliance with security regulations (AT/OPSEC, Cybersecurity), travel policies, quality control, and participation in Program Management Reviews. The document also outlines procedures for on/off-ramping contractors based on performance, invoicing rules for cost-reimbursement task orders, and limitations on contract holdings per entity.
Summary of Changes - Amendment 06 - 08MAY2026.pdf
PDF117 KBMay 8, 2026
AI Summary
This document, Amendment 06, details significant updates to a proposal submission, impacting various sections of the solicitation. The proposal due date has been extended to May 20, 2026. Key changes include revised definitions for 'Emerging Large Business' and 'Total Contract Value' in Section H, along with clarified accounting system requirements. Section L, Instructions to Offerors, updates general instructions, clarifies requirements for attachments and DoD SAFE Request Codes, provides additional clarity for joint ventures and screening questions, and includes new information on supporting documentation for systems and certifications, and detailed QP submission guidelines. Section M, Evaluation Factors, has been updated to provide clarity on earning points for NAICS Alignment and includes requirements for applicable supporting documentation for Passthrough Rate, Vacancy Rate, Time-to-Fill Rate, Schedule, and Completeness.
Solicitation Amendment 05- W15P7T26RA0060005.pdf
PDF6298 KBMay 8, 2026
AI Summary
The Multiple Award Indefinite-Delivery Indefinite-Quantity (MA IDIQ) contract, MAPS, is designed to provide comprehensive knowledge-based professional and IT services to Army customers, DoW agencies, and other federal entities worldwide. The contract, with a maximum value of $50 billion over 10 years (5-year base and 5-year optional ordering period), consolidates services from existing contract vehicles to enhance flexibility and cost-efficiency. Services are categorized into Engineering, Logistics and Operational; Research, Development, Test & Evaluation; Management and Advisory; Emerging IT; and Foundational IT. The contract outlines specific requirements for performance, including security, travel, quality control, and the
MAPS Solicitation Questions and Answers 05 MAY 2026.xlsx
Excel547 KBMay 8, 2026
AI Summary
The document is a comprehensive list of formal questions submitted by various entities regarding the MAPS (Multi-Agency Procurement Solution) formal solicitation. These questions cover a wide range of topics pertinent to federal government RFPs, federal grants, and state/local RFPs. Key areas of inquiry include submission mechanisms within the CHESS portal, particularly concerning the upload of multiple documents, handling of Controlled Unclassified Information (CUI), and technical specifications for proposals.Offerors also seek clarification on qualification criteria, such as subcontracting roles, CMMC Level 2 certification requirements, and the impact of ISO-based frameworks. Other significant questions address the evaluation methodology for proposals, including how past performance (CPARS and PPQs) will be assessed, scoring for different business sizes (e.g., Joint Ventures vs. individual offerors), and the calculation of various metrics like vacancy and time-to-fill rates. Furthermore, questions pertain to administrative aspects like section numbering, outdated system references (e.g., ATCTS), and the definition of
Summary of Changes - Amendment 05 - 05MAY2026.pdf
PDF126 KBMay 8, 2026
AI Summary
Amendment 05 to a government solicitation introduces several key changes. It clarifies language in Section H.18 regarding Accounting System reviews, initiated by the MAPS Contracting Officer, and in Section L.2.3.2 concerning the submission of QP & PPQ forms when using a subcontract as a QP. Additionally, the amendment adds FAR clauses 52.216-7 and 52.246-5, while removing a substantial number of DFARS clauses, including those related to specific procurement requirements, and several FAR clauses covering areas such as intellectual property, payments, and contract administration.
Summary of Changes - Amendment 03 - 22APR2026.pdf
PDF124 KBMay 8, 2026
AI Summary
This document, Amendment 03, extends the proposal submission deadline to May 8, 2026, and details significant revisions across various sections and attachments of a government Request for Proposal (RFP). Key changes include updated definitions for "Affiliates," new requirements for purchasing systems, and enhanced clarity on instructions for Offerors, particularly regarding naming conventions for attachments, submission of CUI documents, and guidelines for Joint Ventures. The amendment also revises the evaluation criteria, reallocating points due to the removal of the purchasing system requirement for Emerging Large Businesses and clarifying the use of CPARS (Contractor Performance Assessment Reporting System) based on UEI codes. Additionally, Attachment 0003, the Qualifying Project Form, has been updated to better describe relationships between affiliates, subsidiaries, or joint ventures. These modifications aim to streamline the submission process, clarify evaluation metrics, and ensure compliance.
Attachment 0002 Amd 03 Scorecard - Large Business - 22APR2026.xlsx
Excel160 KBMay 8, 2026
AI Summary
This government file outlines the screening questions and scoring criteria for a federal government Request for Proposal (RFP) or similar solicitation, likely for large businesses. Section 01,
Attachment 0002 Amd 02 Scorecard - Small Business - 22APR2026.xlsx
Excel96 KBMay 8, 2026
AI Summary
This government file outlines a comprehensive scoring system for evaluating offerors in response to an RFP, focusing on screening questions, government-approved systems and certifications, and past performance. The screening section acts as a gatekeeper, requiring
Attachment 0002 Amd 03 Scorecard - Emerging Large Business - 22APR2026.xlsx
Excel95 KBMay 8, 2026
AI Summary
This government file outlines the screening questions and a detailed scorecard for evaluating offerors, particularly Emerging Large Businesses, in response to an RFP. Section 01,
Attachment 0003 Amd 03 Qualifying Project Form 22APR2026.xlsx
Excel85 KBMay 8, 2026
AI Summary
This government form, "Qualifying Project Form Attachment 0003 Amendment 03," is designed for offerors to submit details about their qualifying projects (QPs) for evaluation in federal government RFPs, federal grants, and state/local RFPs. The form collects essential information, including project identification, contracting party contact details, specific contract/agreement numbers, and proposed evaluation domains (Engineering, Logistic & Operational, Management & Advisory, RDT&E, Emerging IT, Foundational IT). Offerors must indicate if the QP has a NAICS code or identify the best-aligned code with an explanation. The form also requires information on CPARS or PPQ, dollar value, and whether the QP is LOE-Based or Outcome-Based. Performance period details, alignment with technical capabilities from the solicitation, and a description of work mapping to PWS, SOW, or SOO are also mandatory. The document outlines evaluation criteria for QPs, including vacancy rate, time to fill rate, schedule adherence, completeness against project requirements, and passthrough rate. Certification from both the contracting official and the offeror is required. If an affiliate, subsidiary, or JV is involved, their CAGE code and relationship to the offeror must be provided.
Appendix A - Amendment 03 - 22APR2026.pdf
PDF289 KBMay 8, 2026
AI Summary
This document outlines the procedures for submitting proposals for the MAPS acquisition, including registration, proposal submission, and handling of Controlled Unclassified Information (CUI) supporting documentation. Offerors must register on the CHESS website, with only one primary and one alternate registrant per company. Proposals are submitted via a portal, requiring accurate contact information, company details (name, CAGE, UEI, business size), and domain selection. All documents must adhere to specific naming conventions. CUI supporting documentation must be submitted separately via DoD Safe, not the main portal. Authenticated users (with CAC) follow a direct submission process, while guest users require a
Attachment 0003 Amd 02 Qualifying Project Form 15APR2026.xlsx
Excel85 KBMay 8, 2026
AI Summary
The "Qualifying Project Form" (Attachment 0003 Amendment 02) is a critical document for Offerors responding to government solicitations, likely an RFP. It details the information required for a "Qualifying Project" (QP) to be evaluated. Offerors must provide contact information, contract numbers, and identify the proposed domain(s) for evaluation (e.g., Engineering, RDT&E). Key aspects include specifying whether the QP is LOE-Based or Outcome-Based, with distinct completion requirements for each. The form also mandates NAICS code identification, CPARS/PPQ details, dollar value, and a description of work aligning with the PWS, SOW, or SOO. Performance metrics like vacancy rate, time to fill rate, schedule adherence, completeness, and passthrough rate are crucial for evaluation, with specific calculation methodologies provided. The document requires certifications from both the contracting official and the Offeror, with additional sections for affiliate CAGE codes if applicable.
Attachment 0002 Amd 02 Scorecard -Small Business- 09APR2026.xlsx
Excel96 KBMay 8, 2026
AI Summary
This government file outlines the screening questions and scorecard for evaluating offerors in a federal procurement process, likely for small businesses. Section 01 details mandatory screening questions covering submission requirements, small business certification, facility clearance (Secret), ISO 9001:2015/2013 certification, and CMMC Final Level 2 (self) certification. Failure to answer 'YES' to any screening question results in proposal disqualification. Section 02, the scorecard, details how points are awarded across various capabilities and qualifications, including government-approved systems and certifications (e.g., acceptable accounting system, Top Secret facility clearance, CMMC Level 2 C3PAO, ISO/IEC 27001:2022), and past performance metrics. Past performance evaluation criteria include recency, relevance to proposed domains, NAICS alignment, performance quality based on CPARS/PPQ ratings, dollar value of contracts, and passthrough rates. For LOE-based QPs, vacancy and time-to-fill rates are scored. For outcome-based QPs, schedule and completeness are evaluated. The total available credits are 130,000 points, with separate tracking for self-scored and government-verified points.
Attachment 0002 Amd 02 Scorecard -Commercial-Sector Vendor- 09APR2026.xlsx
Excel95 KBMay 8, 2026
AI Summary
This government file outlines a comprehensive scoring system for evaluating offerors in response to an RFP, specifically targeting federal government RFPs, federal grants, and state/local RFPs. The evaluation is divided into two main sections: Screening Questions and a detailed Scorecard. The screening questions act as a gatekeeper, requiring 'YES' responses to all inquiries, including being a Commercial-Sector Vendor and possessing CMMC Final Level 2 (self) certification, to proceed with the proposal evaluation. The Scorecard details various capabilities and qualifications, each assigned maximum points, covering government-approved systems and certifications (e.g., Facility Clearance, CMMC, ISO certifications) and past performance metrics. Past performance evaluation includes recency, relevance to technical capabilities, NAICS alignment, performance quality (CPARS/PPQ ratings), contract dollar value, passthrough rate, and for LOE-based QPs, vacancy and time-to-fill rates. Outcome-based QPs are assessed on schedule adherence and completeness. A total of 130,000 points are available, with sections for self-scored and government-verified points.
Attachment 0002 Amd 02 Scorecard -Emerging Large Business- 09APR2026.xlsx
Excel95 KBMay 8, 2026
AI Summary
This government file outlines the screening questions and scorecard for an RFP, targeting Emerging Large Businesses. Section 01, Screening Questions, acts as a gatekeeper, requiring 'YES' responses to critical qualifications such as being an Emerging Large Business, meeting all submission requirements, possessing an active SECRET facility clearance, holding ISO 9001:2015 or ISO 9001:2013 certification, and having CMMC Final Level 2 (self) certification. It also evaluates CAGE Code performance in CPARS, with a strict exclusion for 10% or more marginal or below ratings. Failure to meet any of these criteria results in proposal rejection.Section 02, Scorecard, details the point system for various capabilities and qualifications, including Government Approved Systems and Certifications (Property Management, Purchasing, Accounting Systems), Active TOP SECRET Facility Clearance, CMMC Level 2 (C3PAO) Certification, ISO/IEC 27001:2022 Certification, and Past Performance metrics (Recency, Relevance, NAICS Alignment, Performance Quality, Dollar Value, Passthrough Rate, Vacancy Rate, and Time to Fill Rate for LOE-Based QPs, and Schedule and Completeness for Outcome-Based QPs). The total available credits are 130,000, with separate fields for self-scored and government-verified points.
Attachment 0004 PPQ Form Amd 01 - 09APR2026.xlsx
Excel83 KBMay 8, 2026
AI Summary
The Past Performance Questionnaire (PPQ) Form, Attachment 0004, is a critical document used in federal contract awards to evaluate a contractor's past and current performance over the last four years. The form is divided into three parts: Contract Identification, Identification of Offeror's Representative, and Evaluation. Contracting officials (government or private) use specific adjectival ratings—Exceptional, Very Good, Satisfactory, Marginal, and Unsatisfactory—to assess various aspects of performance. Key evaluation areas include Quality (planning, technical support, engineering integration), Schedule (timeliness against milestones), Cost Control (forecasting, managing, and controlling costs), Management (integration, problem identification, corrective actions, customer satisfaction), and Small Business Subcontracting (compliance with FAR Subpart 19.7). The form requires detailed comments, examples, and explanations for ratings. The government reserves the right to verify all information provided by contacting the official. This comprehensive evaluation ensures that federal contracts are awarded to contractors with a proven record of effective and compliant performance.
Solicitation Amendment 01- W15P7T26RA0060001.pdf
PDF6418 KBMay 8, 2026
AI Summary
The Multiple Award Indefinite Delivery Indefinite Quantity (MAPS IDIQ) contract, solicited by the Army Contracting Command-Aberdeen Proving Ground, aims to provide global knowledge-based professional and information technology (IT) services to various government agencies. With a maximum value of $50 billion over ten years, the contract covers diverse areas like Engineering, Logistics, Research and Development, Management, Emerging IT, and Foundational IT Services. Task orders can be Fixed Price, Time-and-Materials, or Cost Reimbursement, with specific requirements and security protocols defined at the individual order level. The contract includes provisions for on- and off-ramps to maintain competitive and high-performing contractors. Compliance with federal regulations, including AT/OPSEC, cybersecurity, and property management, is mandatory. The MAPS IDIQ emphasizes flexibility and cost-efficiency in meeting the Army's evolving technological needs.
Attachment 0001 Amd 01 Cover Letter - 07APR2026.pdf
PDF1883 KBMay 8, 2026
AI Summary
This government file outlines a proposal submission form for potential offerors, detailing various administrative and structural requirements for participation in a federal contracting opportunity. The form requires offerors to provide company identification details (name, contact, CAGE, UEI) and specify the domains they are proposing to (Engineering, Logistics and Operational Services; Management and Advisory Services; Research, Development, Test & Evaluation Services; Emerging IT Services; Foundational IT Services), along with their business size for each selected domain. Additionally, it addresses proposals involving Affiliates/Subsidiaries, Joint Ventures (JV), and Mentor Protégé agreements, requesting specific information such as CAGE codes, UEIs, and relevant certifications. The document also includes sections for identifying Organizational Conflict of Interest (OCI) and details regarding the submission of Controlled Unclassified Information (CUI) supporting documents, indicating the volume and page count for each. This comprehensive form ensures that all necessary information is collected for a thorough evaluation of the proposal.
Attachment 0002 Amd 01 Scorecard -Large Business- 07APR2026.xlsx
Excel160 KBMay 8, 2026
AI Summary
This government file outlines the screening questions and scorecard for large businesses responding to a Request for Proposal (RFP). Section 01, Screening Questions, details mandatory requirements for offerors, including having an active SECRET facility clearance, ISO 9001:2015 or 9001:2013 certification, CMMC Final Level 2 (self) certification, a Government Determined Acceptable Accounting System, and a Government Determined Acceptable Purchasing System. Failure to meet any of these criteria results in immediate disqualification. Section 02, Scorecard, details the point system for various capabilities and qualifications. Points are awarded for factors such as Government-approved systems (e.g., Property Management System), higher facility clearances (TOP SECRET), advanced CMMC certifications (C3PAO), ISO/IEC 27001:2022 certification, past performance recency, relevance, NAICS alignment, performance quality, contract dollar value, subcontractor passthrough rates, vacancy rates, and time-to-fill rates for LOE-based QPs, and schedule adherence and completeness for outcome-based QPs. The total available credit is 130,000 points.
Attachment 0002 Amd 01 Scorecard -Small Business- 07APR2026.xlsx
Excel96 KBMay 8, 2026
AI Summary
This government file outlines the scoring criteria for a federal RFP, detailing screening questions and a comprehensive scorecard for evaluating offerors. The screening section requires vendors to confirm small business status, active SECRET facility clearance, ISO 9001:2015 or 9001:2013 certification, CMMC Final Level 2 (self) certification, and acceptable CPARS performance. Failure to answer YES to all screening questions results in proposal exclusion. The scorecard allocates points across several capabilities, including Government Approved Systems and Certifications (e.g., accounting systems, top secret clearance, CMMC Level 2, ISO/IEC 27001:2022 certification) and Past Performance. Past Performance evaluation covers recency, relevance to technical capabilities, NAICS alignment, quality based on CPARS/PPQ ratings, dollar value, passthrough rates for subcontractors, and for LOE-based QPs, vacancy and time-to-fill rates. Outcome-based QPs are scored on schedule and completeness. A total of 130,000 points are available, with sections for both self-scored and government-verified ratings.
Attachment 0002 Amd 01 Scorecard -Commercial-Sector Vendor- 07APR2026.xlsx
Excel94 KBMay 8, 2026
AI Summary
This government file outlines a comprehensive scoring system for evaluating proposals, likely for federal government RFPs, federal grants, or state/local RFPs. The evaluation is divided into two main sections: Screening Questions and a Scorecard. The Screening Questions act as a gatekeeper, requiring 'YES' responses to all inquiries regarding submission requirements, commercial-sector vendor status, and CMMC Final Level 2 (self) certification with documentation (SPRS certificate). Failure to meet these initial criteria results in immediate disqualification. The Scorecard details various capabilities and qualifications, assigning maximum points for each. Key areas include Government Approved Systems and Certifications (e.g., Active SECRET/TOP SECRET Facility Clearance, various CMMC Level 2 certifications, ISO 9001:2015/2013, and ISO/IEC 27001:2022 certifications), and Past Performance. Past Performance is extensively evaluated based on Recency, Relevance to technical capabilities, NAICS Alignment, Performance Quality (CPARS/PPQ ratings), Dollar Value, and Passthrough Rate. Specific to LOE-Based QPs, Vacancy Rate and Time to Fill Rate are scored, while Outcome-Based QPs are assessed on Schedule and Completeness against Acceptable Quality Levels (AQL). The total available points across all sections are 130,000.
Attachment 0002 Amd 01 Scorecard -Emerging Large Business- 07APR2026.xlsx
Excel95 KBMay 8, 2026
AI Summary
This government file outlines the screening questions and scorecard for an RFP, targeting Emerging Large Businesses. Section 01, Screening Questions, acts as a go/no-go gate, requiring 'YES' responses to critical compliance and certification questions. These include inquiries about Emerging Large Business status, submission requirement adherence, active SECRET facility clearance, ISO 9001:2015/2013 certification, CMMC Final Level 2 (self) certification, and CPARS performance ratings (ensuring less than 10% marginal or below ratings). Failure to meet any of these criteria results in proposal exclusion. Section 02, Scorecard, details the point system for various capabilities and qualifications, including Government Approved Systems (Property, Purchasing, Accounting), Certifications (TOP SECRET Facility Clearance, CMMC Level 2 C3PAO, ISO/IEC 27001:2022), and Past Performance. Points are awarded based on recency, relevance, NAICS alignment, performance quality (CPARS/PPQ ratings), dollar value, passthrough rate, and, for LOE-based QPs, vacancy rate and time-to-fill, or for Outcome-based QPs, schedule and completeness. A total of 130,000 credits are available.
Appendix A - Amd 01 - 07APR2026.pdf
PDF266 KBMay 8, 2026
AI Summary
This document outlines the portal instructions for submitting proposals for the MAPS acquisition, an amendment dated April 7, 2026. It details a mandatory registration process, emphasizing one primary and one alternate registrant per offeror via the CHESS website. The instructions cover creating a profile, confirming contact information, entering company details (Name, CAGE Code, UEI, Business Size, Alternate Submitter Email, and Domains), and uploading proposal documents according to specific naming conventions. It clarifies that only the last submitted full package will be evaluated. Additionally, the document provides separate instructions for submitting Controlled Unclassified Information (CUI) supporting documentation via DoD Safe, specifying Molly Beale (molly.e.beale.beale.civ@army.mil) as the recipient and stressing that DoD Safe is exclusively for CUI. It also explains how to submit questions related to the acquisition via a Live Q&A button on the submission page and portal-specific questions to armychess@army.mil.
Summary of Changes - Amd 01 - 07APR2026.pdf
PDF110 KBMay 8, 2026
AI Summary
Amendment 01 introduces several key changes to Sections L (Instructions to Offerors) and M (Evaluation Factors), and Attachments 0001 (Cover Letter) and 0002 (Scorecards). A primary update across these sections is the revision of the CPARS date to three years prior to May 1, 2026, impacting general instructions, recency evaluations, and vendor scorecards. Additionally, Section L clarifies the submission of TGLs alongside other documents and includes new guidance for submitting CUI-related supporting documentation. Section M now provides more detail on passthrough rates for prime contractors versus subcontractors. Attachment 0001 adds a section to identify the number of CUI supporting documents submitted via DoD Safe. These amendments aim to clarify submission requirements, update evaluation criteria, and standardize CUI handling across the proposal process.
Attachment 0001 Cover Letter - 01APR2026.pdf
PDF3515 KBMay 8, 2026
AI Summary
This government file is a proposal submission form for various services domains, including Engineering, Logistics and Operational Services; Management and Advisory Services; Research, Development, Test & Evaluation Services; Emerging IT Services; and Foundational IT Services. It requires offerors to provide company information such as CAGE Code, UEI, and point of contact. The form also includes sections for identifying proposed domains, business size (Large, Emerging Large, Small, Commercial-Sector Vendor), and details for affiliates, joint ventures (populated or unpopulated), or mentor-protégé relationships, including associated CAGE Codes, UEIs, and certifications. Additionally, it asks about potential Organizational Conflict of Interest (OCI) and requires an Offerors FFP for Post Award Conference and Volume V - COST Submission.
Attachment 0002 Scorecard -Large Business- 01APR2026.xlsx
Excel160 KBMay 8, 2026
AI Summary
This government file outlines the screening questions and scorecard for a federal government Request for Proposal (RFP) specifically for large businesses (MAPS - LARGE BUSINESS, ATTACHMENT 0002). The screening questions are mandatory and require a 'YES' response to proceed, covering essential qualifications such as active SECRET facility clearance, ISO 9001:2015 or ISO 9001:2013 certification, CMMC Final Level 2 (self) certification, Government Determined Acceptable Accounting System, and Government Determined Acceptable Purchasing System. Additionally, past performance (CPARS) is screened for marginal or below ratings. The scorecard details various capabilities and qualifications, assigning maximum points for Government Approved Systems and Certifications (e.g., Property Management System, TOP SECRET Facility Clearance, CMMC Level 2, ISO/IEC 27001:2022 Certification) and Past Performance (Recency, Relevance, NAICS Alignment, Performance Quality, Dollar Value, Passthrough Rate, Vacancy Rate, Time to Fill Rate, Schedule, and Completeness for both LOE and Outcome-Based QPs). The total available credits are 130,000 points, emphasizing the rigorous evaluation criteria for large businesses seeking government contracts.
Attachment 0002 Scorecard -Emerging Large Business- 01APR2026.xlsx
Excel95 KBMay 8, 2026
AI Summary
This government file outlines the screening questions and scorecard for evaluating proposals, likely for federal government RFPs or grants. Section 01, 'Screening Questions,' details mandatory requirements for offerors, including eligibility as an Emerging Large Business, active SECRET facility clearance, ISO 9001:2015 or 9001:2013 certification, CMMC Final Level 2 (self) certification, and CPARS performance ratings. Failure to meet any of these criteria results in immediate disqualification. Section 02, 'Scorecard,' details how points are awarded across various capabilities and qualifications. These include government-approved systems (property, purchasing, accounting), various certifications (TOP SECRET clearance, CMMC Level 2, ISO/IEC 27001:2022), and past performance metrics. Past performance evaluation covers recency, relevance, NAICS alignment, performance quality (based on CPARS/PPQ ratings), dollar value of contracts, passthrough rates, vacancy rates (for LOE QPs), time to fill rates (for LOE QPs), and schedule and completeness (for outcome-based QPs). The document specifies the points associated with different levels of achievement for each criterion, totaling 130,000 available points.
Attachment 0002 Scorecard -Commercial-Sector Vendor- 01APR2026.xlsx
Excel94 KBMay 8, 2026
AI Summary
This document outlines a scoring system for evaluating proposals, likely for government contracts or grants, focusing on certifications, past performance, and specific project metrics. Proposals are initially screened for basic submission requirements and CMMC Final Level 2 certification. Failure to meet these criteria results in immediate disqualification. The scorecard details maximum points for various qualifications, including government-approved systems and certifications (e.g., facility clearance levels, CMMC Level 2, ISO 9001:2015, ISO/IEC 27001:2022). Past performance is heavily weighted, evaluating recency, relevance, NAICS alignment, performance quality (based on CPARS/PPQ ratings), dollar value, and subcontractor passthrough rates. For
Attachment 0002 Scorecard -Small Business- 01APR2026.xlsx
Excel96 KBMay 8, 2026
AI Summary
This document outlines the screening questions and scorecard for a government solicitation, likely an RFP, focusing on evaluating potential offerors. Section 01, 'Screening Questions,' acts as a gatekeeper, requiring 'YES' responses to critical criteria such as Small Business Certification, active SECRET facility clearance, ISO 9001:2015 or 2013 certification, and CMMC Final Level 2 (self) certification. It also screens for adverse CPARS performance within the last three years, disqualifying offerors with five or more 'MARGINAL' or below ratings. Failure to meet any of these initial requirements results in immediate disqualification. Section 02, 'Scorecard,' details the point-based evaluation system across various capabilities. Key scoring areas include Government Approved Systems and Certifications (e.g., acceptable accounting systems, TOP SECRET clearance, CMMC Level 2 C3PAO, ISO/IEC 27001:2022), and Past Performance. Past Performance evaluation is comprehensive, considering recency, relevance to technical capabilities and NAICS codes, performance quality (CPARS/PPQ ratings), contract dollar value, and subcontractor passthrough rates. For LOE QPs, vacancy and time-to-fill rates are scored, while Outcome-Based QPs are evaluated on schedule and completeness against AQLs. The total available points are 130,000, with separate columns for self-scored and government-verified points, ensuring a rigorous assessment of offeror qualifications.
Attachment 0003 Qualifying Project Form 01APR2026.xlsx
Excel89 KBMay 8, 2026
AI Summary
The "Qualifying Project Form Attachment 0003" outlines the criteria and evaluation process for projects submitted in response to a government RFP. It requires offerors to provide detailed information about their qualifying projects (QPs), including NAICS codes, CPARS/PPQ data, dollar value, and whether the QP is Level of Effort (LOE) or Outcome-Based. The form specifies domains for evaluation (Engineering, Management, RDT&E, IT), period of performance requirements, and alignment with PWS technical capabilities. Evaluation criteria include vacancy rate, time-to-fill rate, schedule adherence (100% AQL), completeness of requirements (100% AQL), and passthrough rate for subcontractor labor. The form also mandates certifications from both contracting officials and offerors, and requires submission of supporting documentation like contracts and PWS/SOW/TGL.
Attachment 0004 PPQ Form - 01APR2026.xlsx
Excel83 KBMay 8, 2026
AI Summary
The Past Performance Questionnaire (PPQ) Form, Attachment 0004, is a critical document used in federal contract awarding to evaluate a contractor's past and current performance over the last four years. The form is divided into three parts: Contract Identification, Identification of Offeror's Representative, and Evaluation. The evaluation section, completed by a Contracting Official (Government/Private), assesses various aspects of performance, including Quality, Schedule, Cost Control, Management, and Small Business Subcontracting. Adjectival ratings—Exceptional, Very Good, Satisfactory, Marginal, and Unsatisfactory—are used, with specific criteria for each. Respondents must provide detailed comments and explanations for their ratings. The government reserves the right to verify all information provided by contacting the Contracting Official. This form ensures that federal contracts are awarded to contractors with a proven record of effective and compliant performance.
Appendix A - 01APR2026.pdf
PDF122 KBMay 8, 2026
AI Summary
The document outlines instructions for Offerors to submit proposals for the MAPS acquisition through an online portal. It details a two-step process: first, registration, where only one primary and one alternate person per Offeror should register to create profiles via the provided link. Second, proposal submission, which involves confirming contact information, entering company details such as name, CAGE Code, UEI, business size, alternate submitter email, and proposed domains. The final step is to upload a full package of documents, ensuring adherence to naming conventions specified in RFP Section L.1 Paragraph 2. Offerors are advised that only the last submitted package will be evaluated by the Government.

Related Contract Opportunities

Project Timeline

postedOriginal Solicitation PostedApr 1, 2026
amendedAmendment #1· Description UpdatedApr 7, 2026
amendedAmendment #2· Description UpdatedApr 9, 2026
amendedAmendment #3Apr 9, 2026
amendedAmendment #4· Description UpdatedApr 14, 2026
amendedAmendment #5Apr 14, 2026
amendedAmendment #6· Description UpdatedApr 16, 2026
amendedAmendment #7· Description UpdatedApr 22, 2026
amendedAmendment #8Apr 23, 2026
amendedAmendment #9Apr 23, 2026
amendedAmendment #10· Description UpdatedApr 24, 2026
amendedAmendment #11· Description UpdatedMay 1, 2026
amendedAmendment #12· Description UpdatedMay 5, 2026
amendedAmendment #13· Description UpdatedMay 8, 2026
amendedLatest Amendment· Description UpdatedMay 8, 2026
deadlineResponse DeadlineMay 20, 2026
expiryArchive DateMay 1, 2028

Agency Information

Department
DEPT OF DEFENSE
Sub-Tier
DEPT OF THE ARMY
Office
W6QK ACC-APG

Point of Contact

Place of Performance

Aberdeen Proving Ground, Maryland, UNITED STATES

Official Sources