Marketplace for the Acquisition of Professional Services (MAPS) - INDUSTRY DAY
ID: W15P7T-25-R-MAPSType: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QK ACC-APGABERDEEN PROVING GROU, MD, 21005-1846, USA
Timeline
    Description

    The Department of Defense, through the Army Contracting Command at Aberdeen Proving Ground (ACC-APG), is hosting an industry event to announce the progression of the MAPS acquisition. This event, scheduled for January 28, 2026, will provide industry partners with insights into upcoming contracting opportunities across various divisions, including support for U.S. Army Combat Capabilities and Program Executive Offices. Participation is available both in-person, with a limit of two representatives per company, and virtually, with check-in for in-person attendees starting at 7:45 AM. For further details and registration instructions, interested parties can contact the ACC-APG via email at usarmy.apg.acc.mbx.acc-apg-maps-contracting-office@army.mil.

    Files
    Title
    Posted
    The document outlines the Gate Criteria Questions for the Marketplace for the Acquisition of Professional Services (MAPS). It consists of a checklist that potential contractors must complete to demonstrate their eligibility for bidding on government contracts. Key requirements include confirmation of small business status, compliance with submission criteria, and various security clearances such as an active facility clearance of SECRET and certifications including ISO 9001:2015, CMMC Level 1, and several NIST standards. The document emphasizes the need for validation of these certifications through official documentation and points of contact for each certification body. Additionally, it requires proof of a government-approved accounting system and inquiries about past performance ratings in the Contractor Performance Assessment Reporting System (CPARS). Overall, the document serves as a pre-qualification tool, ensuring that only compliant and qualified entities engage in the procurement process for federal services.
    The document outlines key submission details for a proposal related to government requests for proposals (RFPs), federal grants, or state and local RFPs. It serves as a template for collecting fundamental company information, including the name of the company, contact person, proposed domain(s), business size, and relevant CAGE and UEI codes. Additionally, it includes sections for a cover letter and attachment reference, ensuring a structured and organized approach to proposal submissions. The emphasis on socio-economic categorization of small businesses suggests a focus on inclusivity and support for diverse company types. Overall, the file is an essential component for entities looking to engage with government funding opportunities, streamlining the proposal process by gathering required preliminary data.
    The document outlines the "Marketplace for the Acquisition of Professional Services" (MAPS) and sets specific gate criteria questions for bidders responding to the related Request for Proposal (RFP). Companies are prompted to confirm their status as a small business, compliance with submission requirements, and possession of a facility clearance at the SECRET level. Bidders must demonstrate active ISO 9001:2015 certification and validate their certification under the Cybersecurity Maturity Model Certification (CMMC) Level 2 or higher. The document also requires proof of an approved accounting system from relevant federal agencies and the absence of negative performance ratings in the Contractor Performance Assessment Reporting System (CPARS) for recent contracts. The structure focuses on qualifying potential vendors based on essential certifications and compliance with government standards. The purpose of the document is to ensure that only capable and compliant companies partake in governmental contracts, thereby upholding standards of quality and security in service delivery.
    The document is a Past Performance Evaluation Questionnaire form used by the government to assess a contractor's performance for awarding federal contracts. It requires detailed input from both the contractor and the government point of contact regarding the contractor's past and current performance over the last four years. The evaluation covers various aspects including quality, schedule, cost control, management, small business subcontracting, and regulatory compliance, with performance rated on a scale from Exceptional to Unsatisfactory. Contractors must provide specific examples and relevant information about their contractual efforts, including contract identification details. The government representative evaluates the contractor's performance based on the provided ratings and comments, enabling effective decision-making in the procurement process. This structured evaluation process aims to ensure that federal contracts are awarded to contractors with a proven track record of competency and reliability, ultimately enhancing the quality of government services.
    The document outlines submission requirements for a government RFP, emphasizing the need for compliance with specific standards and certifications for prospective bidders. Key criteria include the necessity of a facility clearance of SECRET, ISO 9001:2015 certification, and CMMC Level 2 (Cybersecurity Maturity Model Certification) or higher. Bidders must also demonstrate that they possess government-approved accounting, purchasing, and property management systems, verified by the Defense Contract Management Agency (DCMA) or a Cognizant Federal Agency (CFA). Additionally, the document addresses compliance with the Contractor Performance Assessment Reporting System (CPARS) to ensure that participating companies meet performance thresholds. The structure focuses on binary responses (YES, NO, N/A) related to critical certifications and system approvals, requiring supporting documentation to validate each claim. Ultimately, this RFP aims to ensure that contractors possess the necessary qualifications and systems to perform efficiently and meet federal standards in government contracting.
    This document seeks to assess small businesses' qualifications for participation in federal government RFPs and grants by requesting specific certifications and information. It includes inquiries about Small Business Certification status, ownership types, and necessary clearances such as a Secret facility clearance and ISO 9001:2015 certification. Firms must demonstrate compliance with Cybersecurity Maturity Model Certification (CMMC) Level 2 or higher and provide documentation regarding past performances, notably those related to the CPARS database. The document prioritizes submitting required or necessary proof for all certifications and the status of the firms under various classifications, including Woman Owned, Historically Underutilized Business Zone, Service-Disabled Veteran-Owned, and more. Additionally, firms must note whether they meet specific rating parameters in the CPARS system. Overall, the document emphasizes the importance of compliance and evidence of capability to engage in government contracts while fostering inclusivity among diverse small business sectors.
    The file is a Past Performance Evaluation Questionnaire (PPEQ) form utilized in federal contract award processes. It aims to collect assessments of a contractor's historical and current performance to inform procurement decisions. The form is structured into three main parts: contractor identification, evaluation criteria, and return information. Contractors are required to provide specific details about their contract efforts, including the nature of the work and key representative contacts. Government points of contact will evaluate the contractor based on a series of criteria: quality, schedule adherence, cost control, management, small business subcontracting, and regulatory compliance. Each criterion is rated on a scale from "Exceptional" to "Unsatisfactory," with space for comments and explanations. The purpose of this questionnaire is to ensure that federal contracts are awarded to entities with proven track records of delivering satisfactory or superior performance, thereby enhancing accountability and project success in government contracting practices.
    The document outlines the evaluation criteria for offers submitted in response to a government RFP, focusing on the qualification of offerors across various domains. Points are assigned based on the presence of government-approved systems, certifications (such as CMMC Level 2), past performance relevance, NAICS alignment, and the recency and quality of performance. Specific details include a scoring system where maximum points are allocated for achieving certain thresholds in technical capabilities, with additional points for relevant experience and confidence in recruitment, retention, and risk management strategies. The total available score is 39 points, with detailed assessments ensuring that high-performing offerors who can demonstrate capability, reliability, and compliance with government standards are selected. This structured evaluation aims to facilitate the identification of qualified contractors capable of delivering quality services and meeting government expectations efficiently.
    This government file outlines a scoring criterion for proposals submitted in response to a Request for Proposals (RFP). It establishes a point-based evaluation system across various categories, including approved systems and rates, certifications, past performance, recruitment, retention, and risk management, with a total of 55 available points. Key evaluation components include: 1. **Government Approved Systems and Rates** - Points awarded based on the number of approved systems the offeror possesses. 2. **Certifications** - Additional points for relevant certifications, with a focus on cybersecurity and information management standards. 3. **Relevance** - Scoring based on how well past performance aligns with expected technical capabilities. 4. **NAICS Alignment** - Points for demonstrating past performance within relevant North American Industry Classification System (NAICS) codes. 5. **Recency and Performance Quality** - Points allocated based on the timing and quality rating of past performance evaluations. Ratings for recruitment, retention, and risk management follow a similar five-point scale to ensure a comprehensive evaluation of an offeror's overall capability to perform under the proposed contract. This structured scoring system is designed to guide decision-makers in awarding contracts to the most qualified offerors, ensuring accountability and quality in performance.
    This document outlines the evaluation criteria for an RFP focused on assessing Offerors' qualifications and capabilities for government contracts. It details a scoring system worth a total of 53 points across various categories. Key criteria include: 1. **Certifications (Maximum 2 points)**: Points awarded for specific certifications such as Small Business Certification and CMMC Level 2 or higher. 2. **Relevance (Maximum 15 points)**: Evaluation based on the percentage of technical capabilities met by submitted Quality Proposals (QPs). 3. **NAICS Alignment (Maximum 3 points)**: Points for each relevant past performance aligned with specific NAICS codes. 4. **Recency (Maximum 3 points)**: Points based on the time frame of past performances. 5. **Performance Quality (Maximum 15 points)**: Scoring based on recent QPs with satisfactory ratings on past performance assessments. 6. **Recruitment, Retention, and Risk Management (Maximum 5 points each)**: Points awarded based on the overall quality of the proposals in these areas, rated from Outstanding to Unacceptable. Overall, the document serves as a comprehensive guide for Offerors to understand how their submissions will be evaluated in alignment with governmental standards and expectations for quality, relevance, and performance history in fulfilling contract requirements.
    The document outlines the requirements for Offerors responding to federal RFPs, focusing on the necessity of providing verification of various systems and certifications. Key topics include the need for Approved Rate Agreements, an Approved Estimating System, and an Approved Earned Value Management System—each requiring documentation from relevant auditing agencies. Additionally, Offerors must provide proof of active TOP SECRET Facility Clearance, CMMC Level 2 and Level 3 Certifications, and ISO 27001:2022 Certification, alongside specific contact information and audit references. The document emphasizes compliance with established auditing bodies and standards, aiming to ensure that contractors possess the necessary qualifications and systems to responsibly handle federal contracts and grants. Overall, this reflects the government's commitment to maintaining rigorous oversight and standards for contractors engaged in federally funded projects.
    The document outlines the verification requirements needed by companies applying for federal contracts, emphasizing the necessity of having various approved systems and certifications. It requires Offerors to provide evidence of Approved Rate Agreements, Purchasing Systems, Accounting Systems, Estimating Systems, Property Management Systems, Earned Value Management Systems, and Facility Clearances, each needing clear documentation from relevant U.S. government agencies such as DCAA, DCMA, or any Cognizant Federal Agency (CFA). Additionally, the Offerors must demonstrate compliance with Cybersecurity Maturity Model Certification (CMMC) levels 2 and 3, and ISO 27001:2022 certification, confirming their organizational capability to handle sensitive government projects securely. Each response must include specific identification details, verification letters, or audit reports, ensuring that potential contractors meet federal standards for quality and reliability. The structured approach to documentation is vital in the context of the competitive environment of government Requests for Proposals (RFPs) and grants, ensuring only qualified entities are considered for government contracts.
    The Qualifying Project Form is a critical document within federal and state/local Requests for Proposals (RFPs) and grants. It requires potential offerors to provide essential details including the project number, proposed domains, dollar value, and applicable NAICS code. The document outlines the need for offerors to identify alignment with the technical capabilities specified in the Performance Work Statement (PWS) and to calculate their overall retention rate based on employee metrics during the contract period. A brief description of work performed is required to demonstrate its relevance to the proposed domain. Finally, the form mandates certification by a government or private official, attesting to the completeness and accuracy of the information provided. This document plays a vital role in ensuring that offerors meet specified criteria and maintain project accountability throughout the contracting process, reinforcing the integrity of federal and state procurement endeavors.
    This document outlines the scoring criteria for a Request for Proposals (RFP) focused on evaluating offerors based on their capabilities, certifications, past performances, and compliance with specific standards. Key assessment areas include agreements, systems approval, certifications (such as TOP SECRET facility clearance and CMMC Certification), technical capabilities, and past performance ratings. Offerors can earn points for each criterion, with specific maximum points assigned to various qualifications, such as 5 points for complete technical capability alignment and up to 10 points based on retention rates. A total of 88 points were awarded from various sections including recency of previous projects and dollar value averages. The scoring framework reflects the rigorous evaluation process employed by the government to ensure that selected contractors meet stringent requirements and demonstrate proven performance standards that align with federal objectives. This process underscores the importance of compliance and reputation in securing government contracts.
    The document outlines the scoring criteria for evaluating potential offerors in response to a federal Request for Proposals (RFP). It specifies points awarded for various requirements, including approved systems (e.g., purchasing, accounting), certifications (e.g., TOP SECRET Facility Clearance, CMMC certifications), and relevance of work performed in the last two years. Offerors can gain significant points for past performance quality, including satisfactory ratings in previous contracts, and for retention rates of personnel. Each criterion is ranked with available points detailed for specific qualifications or quality projects, influencing the total score for each offeror. The evaluation framework emphasizes technical capabilities, compliance with industry standards, and proven successful past performance in aligning with government objectives. This structured approach ensures a thorough assessment, ultimately guiding government contract award decisions toward qualified entities.
    The document is a Past Performance Questionnaire (PPQ) form designed for evaluating contractors involved in federal contracts. It is structured into four main parts: general information, contract identification, evaluation by the government point of contact (POC), and return information. Key components include identifying the contractor, contract details, and performance ratings, which range from "Exceptional" to "Unsatisfactory." The evaluation focuses on assessing the contractor's performance over the past four years regarding quality, schedule adherence, cost control, management capabilities, small business subcontracting, and regulatory compliance. Each performance rating requires specific examples to justify evaluations, thus emphasizing the importance of factual accuracy in contractor assessments. The overall purpose of the document is to facilitate a thorough assessment of contractor performance, which is essential for the awarding of federal contracts and ensuring adherence to government standards. The thorough rating system aims to ensure that only capable contractors are engaged for future projects, thereby enhancing the efficiency and effectiveness of federal contracting.
    The Performance Work Statement (PWS) outlines the scope and objectives of the Marketplace for the Acquisition of Professional Services (MAPS) contract designed for Army and other federal agencies. This Indefinite-Delivery Indefinite-Quantity (IDIQ) contract aims to deliver knowledge-based IT support services, both domestically and globally, including in hostile environments. It encompasses various technical support areas: Technical Services, Research, Development, Test and Evaluation (RDT&E) Services, Management and Advisory Services, High-Level IT Services, and Low-Level IT Services. Each service category specifies a range of activities, such as engineering, logistics, manufacturing readiness, cybersecurity, and training, to meet diverse organizational needs. The PWS establishes clear benchmarks for contractors to provide essential support across a spectrum of mission areas, improving capabilities and ensuring compliance with federal standards. This extensive document serves as a guideline for interested vendors to navigate requirements, thereby facilitating a competitive procurement process aimed at strengthening military and federal operations through innovative service provisions.
    This document outlines proposed changes to a Draft Request for Proposals (RFP) related to government contracts, emphasizing new requirements and evaluation criteria for potential offerors. Key changes include the necessity for large businesses to submit a Small Business Subcontracting Plan, a mandatory verification of an Earned Value Management System from approved entities, and specific qualifications for project submissions where teaming partners cannot be used. The submission process will be streamlined through the CHESS Portal, allowing only the most recent proposal for review. Notably, the government intends to award 100 contracts with additional consideration for small businesses and tie-resolution criteria based on past performance evaluations. Evaluation methods have been refined, introducing a rating system for recruitment, retention, and risk management proposals. Additionally, small business subcontracting plans will be assessed on an Acceptable/Unacceptable basis for the leading offerors in each domain. These changes indicate a focus on enhancing contractor accountability and supporting small business participation in federal contracting, aligning with ongoing governmental efforts to foster robust participation in RFPs and grants.
    The ACC-APG Industry Update aims to inform industry partners about upcoming contracting opportunities within various divisions. These divisions include Division A, supporting U.S. Army Combat Capabilities Development Command; Division B, supporting Program Executive Office Command Control Communications and Network; Division C, supporting Program Executive Office-Intelligence, Electronic Warfare & Sensors and Program Executive Office - Missiles and Space; Division D, supporting Program Executive Office Soldier, Army Test and Evaluation Command, Headquarters Department of the Army, Foreign Military Sales, and PEO Enterprise Information Systems. Additionally, the Installation and Technology Division supports Installation Management Command, APG Garrison, DEVCOM – Chemical Biological Center, U.S. Army Communications-Electronics Command, Aberdeen Test Center, and Software License Agreements. The DC3oE Division focuses on modernizing contracting for digital requirements, fostering expertise, collaboration, and institutionalizing modern software development practices. This update provides a comprehensive overview of the diverse areas where contracting opportunities will arise.
    The ACC-APG is hosting a dual industry event in January 2026, announcing the acquisition of MAPS will proceed. This pre-solicitation walk-through will occur on January 28, 2026, from 8:30 AM to 12:30 PM at Myer Auditorium in APG, MD. Attendees can participate either in person, with a limit of two representatives per company, or virtually. Check-in for in-person attendees begins at 7:45 AM. Further details and the official posting can be found on SAM.gov.
    The document outlines an updated schedule for an Army Industry Day focused on professional services, specifically pertaining to computer hardware and enterprise software solutions. Due to overwhelming interest, the event is now set for November 8, 2024, at the Myer Auditorium in Aberdeen Proving Ground, MD. The doors will open at 8:30 AM for check-in, followed by a live Q&A session and a presentation from 9:30 to 10:30 AM. Limited one-on-one reservation opportunities are available. Participants can choose to register for the event either in-person or virtually. This gathering is a part of the U.S. Army's outreach to engage industry professionals in discussions related to upcoming Requests for Proposals (RFPs) and grants, promoting collaboration and information-sharing to enhance service delivery in software and hardware sectors.
    The U.S. Army is hosting an Industry Day on November 8, 2024, at the Mallette Auditorium in Aberdeen Proving Ground, MD, aimed at discussing the Draft Request for Proposals (RFP) related to computer hardware, enterprise software, and solutions for the Marketplace for MAPS. The event begins at 10 AM EST with check-in, followed by a Q&A session at 11 AM EST, focusing on engaging with industry representatives. Limited one-on-one meetings will also be held at 1 PM EST, requiring preregistration due to space constraints. The event is exclusively in-person, creating opportunities for direct interaction and networking between the U.S. Army and potential contractors. This outreach initiative underlines the Army's commitment to fostering collaboration with private sector entities in developing technological solutions.
    The document outlines the Marketplace for the Acquisition of Professional Services (MAPS) Industry Day 2024, aimed at informing potential offerors about the upcoming IDIQ contract for providing knowledge-based support services to Army customers and federal agencies. The program is structured into five domains, including high-level IT and management advisory services across technical areas aligned with the North American Industry Classification System (NAICS). A timeline is provided, indicating key dates from the Industry Day in November 2024 to the proposal due date in March 2025 and the expected awards in August 2025. Evaluation criteria for proposals are detailed, focusing on three volumes—systems and rates, past performance, and technical components. Offerors must meet specific gate criteria related to certifications and facility clearances to advance in evaluations. A maximum of 100 awards will be granted, with small business reserves. The document ends with an FAQ section addressing common inquiries regarding proposal submission and evaluation processes. Overall, this document serves as a preparatory guide for potential contractors, outlining essential requirements and expectations for the forthcoming MAPS solicitation, consistent with federal procurement practices.
    The file outlines the status update and next steps for a government initiative known as MAPS, focusing on developing a Request for Proposal (RFP). Key advantages include adherence to future trends, improved efficiency in ordering, and positive feedback from the industry, resulting in a diverse and competitive ecosystem. Conversely, challenges involve decision-making at the order level and the complexity of dealing with multiple domains and size standards. The next steps include drafting the RFP, finalizing legal guidance, and preparing for an industry day. The proposed timeline indicates several important dates: releasing the third draft on February 7, 2025, and finalizing the award by November 17, 2025, post evaluations. This document serves as a roadmap for engaging stakeholders and ensuring compliance with federal guidelines in the procurement process.
    The Draft Request for Proposal (RFP) outlines the Army's intention to create the Marketplace for the Acquisition of Professional Services (MAPS) through a Multiple Award Indefinite Delivery Indefinite Quantity (IDIQ) contract. This initiative combines existing contracts from the Army Contracting Command and the CHESS program to streamline the acquisition of knowledge-based services, thereby enhancing flexibility, cost-efficiency, and mission readiness. The contract will have a maximum ordering period of 10 years, consisting of a five-year base period and a five-year optional period. Offerors must submit proposals addressing one or more of five specific service domains, with evaluation based on established gate criteria, past performance, and adherence to compliance requirements. The RFP details specific criteria for eligibility, including certifications, performance ratings, and small business participation goals. Ultimately, the government aims to award 100 contracts, prioritizing small businesses while maintaining a competitive environment for all offerors. This RFP reflects the government’s strategic focus on optimizing service acquisition to meet its evolving operational needs efficiently.
    The draft Request for Proposal (RFP) for the Marketplace for the Acquisition of Professional Services (MAPS) aims to establish a Multiple Award Indefinite Delivery Indefinite Quantity (IDIQ) contract through the Army Contracting Command. This initiative seeks to integrate existing procurement vehicles to enhance flexibility, reduce redundancy, and improve efficiency in acquiring various professional services. The contract will have a maximum ordering period of ten years, featuring a five-year base and an optional five-year period. Proposal submissions will contain several components, including a cover letter, gate criteria responses, and detailed volumes covering systems, rates, certifications, past performance, and technical approaches. Offerors must present evidence of their qualifications and experience, including certifications, government-approved systems, and relevant past projects that align with specified domains. Evaluation will be based on compliance with submission guidelines, the relevance of past projects, and the ability to manage recruitment, retention, and risk. This RFP underscores the government’s commitment to optimizing acquisition processes while ensuring that contractors can effectively meet the Army’s evolving technology and operational needs.
    The draft Request for Proposal (RFP) for the Marketplace for the Acquisition of Professional Services (MAPS) is issued by the Army Contracting Command and aims to create a Multiple Award Indefinite Delivery Indefinite Quantity (IDIQ) contract to improve the acquisition of knowledge-based services. This initiative combines existing sourcing vehicles to enhance flexibility, reduce redundancy, and optimize military readiness, with a potential ordering period lasting up to 10 years. The document outlines submission instructions, proposal structure, and evaluation criteria categorized into three volumes: Systems, Rates, and Certifications; Past Performance; and Technical. Offerors must submit proposals via the CHESS Portal, demonstrating compliance with specified requirements across five defined domains, which include Technical Services, Management Services, Research and Development, and various IT domains. Eligible proposals will be evaluated based on gate criteria, past performance, and technical expertise, with an emphasis on current certifications, government-approved systems, and relevant experience. The RFP emphasizes accountability and thorough documentation to facilitate an accurate evaluation process, indicating the government’s intent to award approximately 100 contracts with small business reserves in each domain. This RFP reflects ongoing efforts to streamline government contracting processes and enhance operational effectiveness in service delivery.
    The draft changes to the RFP outline new requirements and criteria for proposal submissions across various domains. Key modifications include updated file structure and documentation requirements, such as confirming a TOP SECRET facility clearance and ISO certification standards. The evaluation process now emphasizes the submission of Qualifying Projects (QPs), with stricter criteria on project values and retention rates. Each proposal can include a maximum of three QPs, which must demonstrate relevant experience with specific contract values exceeding $2 million and must align with designated NAICS codes for the respective domains. The evaluation process will rank proposals based on adherence to these criteria, focusing on quality and feasibility. Additional points are awarded for higher average contract values, and a new retention metric assesses workforce stability during project execution. The Government plans to award a total of 100 contracts, with specific allocations for small businesses in various socioeconomic categories. Overall, the draft revision aims to streamline proposal submissions, enhance competition among bidders, and ensure alignment with government objectives, while facilitating the evaluation process through automated assessments and clear scoring systems.
    Similar Opportunities
    Marketplace for the Acquistion of Professional Services (MAPS)
    Dept Of Defense
    The Department of Defense, specifically the Army Contracting Command-Aberdeen Proving Ground (ACC-APG), seeks professional services through the Marketplace for the Acquisition of Professional Services (MAPS). This initiative merges the Responsive Strategic Sourcing for Services (RS3) and Information Technology Enterprise Solutions into one streamlined contract. ACC-APG aims to acquire a comprehensive range of professional services, leveraging industry expertise to support its operations. The focus is on efficient acquisition while encouraging competition and reducing duplication. Interested parties should monitor SAM.gov for further updates, as the government plans to host an industry day and encourages ongoing engagement. Funding for this initiative is substantial, and key decision-makers to contact are Jeannette M. Brush and Molly Clark.
    Marketplace for the Acquisition of Professional Services (MAPS)
    Dept Of Defense
    The Department of Defense, through the Army Contracting Command-Aberdeen Proving Ground (ACC-APG), is initiating the Marketplace for the Acquisition of Professional Services (MAPS), which will merge the follow-on acquisitions of Responsive Strategic Sourcing for Services (RS3) and Information Technology Enterprise Solutions 3-Services (ITES-3S). This procurement aims to streamline the acquisition of professional services, enhancing efficiency and collaboration within the Program Executive Office Enterprise Information Systems (PEO EIS). The MAPS initiative is significant as it consolidates two major service contracts, ensuring that the Army can effectively meet its operational needs. Interested parties are encouraged to monitor SAM.gov for updates, including an anticipated industry day before the end of FY24, and can reach out to primary contact Jeannette M. Brush at jeannette.m.brush.civ@army.mil or secondary contact Molly Clark at molly.e.clark5.civ@army.mil for further information.
    2026 APBI Save the Date
    Dept Of Defense
    The Department of Defense is hosting the Aberdeen Proving Ground (APG) Advance Planning Briefing to Industry (APBI) on April 21-22, 2026, at Aberdeen Proving Ground, Maryland. This event aims to provide industry stakeholders with insights into future contracting opportunities aligned with the organization's strategic initiatives and mission areas, facilitating collaboration between government and industry. The APBI is crucial for shaping the contracting landscape for Fiscal Years 2028-2029, and it will be conducted as a hybrid event, allowing both in-person and virtual attendance. Interested contractors, academia, and government stakeholders can register for the event, with further details and registration links to be provided closer to the date. For inquiries, contact the APG APBI Team at usarmy.apg.cecom.mbx.apbi-registration@army.mil.
    ACCAPG_Competitive_Opportunities_Division C
    Dept Of Defense
    The Department of Defense, specifically the Army Contracting Command at Aberdeen Proving Ground, is issuing a special notice regarding competitive acquisition opportunities for Fiscal Year 2026, with a focus on engineering services. This initiative aims to enhance communication between the Army, its mission partners, and industry stakeholders by providing quarterly updates on various projects, including those related to intelligence, electronic warfare, and command and control systems, with estimated contract values ranging from $6 million to $250 million. The information shared is for informational purposes only, and interested vendors are encouraged to submit questions via email to the primary contact, Ms. Yadira Colon, at yadira.i.colon.civ@army.mil, with a limit of ten questions per submission. All updates and information are subject to change, and no formal proposals should be submitted in response to this notice.
    Request for Information - Mounted Assured Positioning, Navigation, and Timing System (MAPS) GEN II Production and Sustainment IDIQ
    Dept Of Defense
    The Department of Defense, specifically the Army Program Executive Office Intelligence, Electronic Warfare & Sensors (PEO IEW&S), is seeking sources for the Mounted Assured Positioning, Navigation, and Timing System (MAPS) Generation II through a Request for Information (RFI). The objective is to gather feedback and identify potential prime contractors capable of providing assured PNT to warfighters and combat platforms, particularly in GPS-contested environments. This system is crucial for enabling mission execution across the Army, as it supports various combat and combat service support missions. Interested parties must submit a white paper by January 19, 2026, detailing their capabilities, including production plans, technical documentation, and quality management systems, while also completing a security questionnaire to access further documentation. For inquiries, contact Charles Compton at charles.t.compton5.civ@army.mil or Lori Andrese at lori.r.andrese.civ@army.mil.
    ACC-APG Division D Competitive/Fair Opportunity Industry Update
    Dept Of Defense
    The Department of Defense, specifically the Army Contracting Command – Aberdeen Proving Ground (ACC-APG) Division D, is providing an update on competitive acquisition opportunities to enhance communication with stakeholders. This initiative encourages industry engagement to share insights on innovative contracting methods that support the Army's mission of maintaining land dominance and readiness. While this posting serves informational purposes only and does not constitute a solicitation, interested parties are invited to submit questions regarding the updates within seven calendar days of posting, with a limit of five questions per vendor. For further inquiries, contact Kimberly A. McCarthy at kimberly.a.mccarthy14.civ@army.mil or Robin P. Donovan at robin.p.donovan.civ@army.mil.
    ACC APG INSTALLATION & TECHNOLOGY DIVISION FY2026 COMPETITIVE/FAIR OPPORTUNITY UPDATES
    Dept Of Defense
    The Department of Defense, through the Army Contracting Command-Aberdeen Proving Grounds (ACC-APG), is providing updates on upcoming competitive contracting opportunities for fiscal year 2026. These opportunities include a recompete for the US Army Garrison Post-Wide Minor Construction, estimated at $100M-$110M, and set aside for multiple award IDIQ contracts, with an anticipated award in the first quarter of FY 2026. Additionally, there are opportunities for Forestry Management Support Services and Facility Management Support, each valued between $12M-$15M, both designated as 8(a) Small Business Set-Asides with single award IDIQ contracts, expected to be awarded in the second quarter of FY 2026 and at a later date, respectively. Interested vendors are encouraged to submit questions via email to the designated Contracting Officer, with updates and responses to inquiries to be posted regularly. All information is subject to change, and no formal proposals should be submitted at this time.
    Industry Day
    Dept Of Defense
    The Department of Defense, specifically the Defense Logistics Agency, is hosting an Industry Day to identify potential manufacturers for the Pneumatic Component Assembly (PCA) used in the CECOM OA-9054(V)4/G Hydraulic-Pneumatic Mast Group. This event aims to provide interested parties with an opportunity to view the PCA assembly in person and engage with an on-site technician for clarification on its configuration. The Industry Day is scheduled for January 14, 2026, at the Letterkenny Army Depot in Chambersburg, PA, from 10:00 AM to 12:00 PM EST, and attendees must submit a visitor request by January 5, 2026, to gain access. For further inquiries and to RSVP, interested parties should contact Patrick Kiley at patrick.e.kiley2.civ@army.mil. Please note that this event is for informational purposes only and does not constitute a solicitation or commitment from the Government.
    TECHNICAL EXCHANGE MEETING (TEM 15) UPDATE
    Dept Of Defense
    The Department of Defense, specifically the Army's Capability Program Executive for Command, Control, Communications and Network (CPE C3N) and Command and Control Future Capability Directorate (C2 FCD), is hosting a Technical Exchange Meeting (TEM 15) on January 30, 2026, at Aberdeen Proving Ground, MD, and virtually via Microsoft Teams. This hybrid event aims to facilitate discussions on the Next Generation Command and Control (NGC2) ecosystem and upcoming contract opportunities, aligning efforts to rapidly deliver capabilities to the Warfighter. The meeting will include technical exchanges, keynote addresses, and one-on-one engagements with Project Managers on January 29, 2026, providing a platform for industry partners to engage with government representatives. Interested companies must register by January 8, 2026, for in-person attendance, while virtual participation does not require pre-registration. For further inquiries, contact Jeff Schoerner at jeffrey.a.schoerner.civ@army.mil or Chanel Weaver-Folami at chanel.s.weaver-folami.civ@army.mil.
    ACC-Orlando Hybrid PALT Update Session 13 January 2025
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Contracting Command Orlando (ACC-ORL), is hosting a Hybrid PALT Update Session on January 13, 2026, to engage with industry partners regarding upcoming procurement opportunities. This session aims to provide updates on various contract opportunities related to training systems and modernization efforts, with participation from representatives of ACC-Orlando, CPE STRI, and PM TRASYS (U.S. Marine Corps). The event will accommodate up to 160 in-person attendees and 300 virtual participants, emphasizing the importance of early registration by January 7, 2026, to secure a spot. Interested parties can contact Saint T. Numa at saint.t.numa.civ@army.mil or Brad Tinch at ryan.b.tinch.civ@army.mil for further information.