Scout

PANAPG24P0000006913

MAPS RFP Draft 6

DEPT OF DEFENSE > DEPT OF THE ARMY > W6QK ACC-APG

Actions
Open SAM.gov
Notice Type Solicitation
Due 2028-12-31
Posted 2026-03-30
NAICS 541330
PSC R425
Set-aside No Set aside used
Scout Score 70

Quick analysis

MAPS is an Army ACC-APG multiple‑award IDIQ that will combine RS3 and ITES‑3S into a broad professional IT services vehicle with a 10‑year ordering horizon. It is full and open with domainized proposal lanes and points-based scorecards.

Trace’s core capabilities and Army past performance align strongly with the MAPS domains (Engineering/Logistics/Operational Services 541330; Emerging IT 541512; Foundational IT 541519; RDT&E; Management & Advisory). Trace also holds RS3 and ITES‑3S as prime vehicles today, underscoring relevance and strategic importance of MAPS as the follow‑on.

However, the scorecards impose hard stop compliance gates (CMMC Level 2, facility clearance, ISO, acceptable systems, CPARS thresholds) and emphasize staffing and low pass‑through. Several compliance elements (CMMC Level 2, ISO 9001/27001, DCMA-accepted systems) are not confirmed in the company profile and represent material risks to base-award eligibility.

Given the 10‑year strategic value, Army Tier‑1 priority, and strong technical/past-performance fit, this opportunity should be monitored closely while verifying and closing compliance gaps prior to final RFP.

Scope summary

  • Submit via Army CHESS/Digital Market portal; one registered submitter (+1 alternate); only last full package evaluated; strict naming per Section L (Appendix A).
  • Propose by Domain (Engineering/Logistics/Operational; RDT&E; Management & Advisory; Emerging IT; Foundational IT); one proposal per company per domain; unique scorecard per domain (RFP).
  • Hard‑stop screening items (varying by category): CMMC Level 2 (SPRS evidence), facility clearance, ISO 9001, acceptable accounting/purchasing systems, CPARS thresholds; failure stops evaluation (Attachment 0002 scorecards).
  • Past performance/QP structure: up to 3 QPs per domain, with recency windows (≥1 year and ≤4 years old for LB/ELB/SB; completed for commercial), mapping to domain technical capabilities, NAICS alignment, CPARS/PPQ ratings, dollar value tiers, staffing and schedule metrics (Attachment 0003/0004; scorecards).
  • Low subcontract pass‑through favored (e.g., full points if 0–30% subcontractor work; 0 pts if >65%) and strong staffing performance (vacancy/time‑to‑fill/schedule/completeness) heavily weighted (scorecards).
  • Security and execution: DD254/task‑order security clauses; worldwide CONUS/OCONUS including hostile areas; reporting (e.g., eCRAFT for CR CLINs) and Service Contract Reporting added (RFP; Summary of Changes).
  • Administrative: Include UEI on cover letter; JV/Mentor‑Protégé rules updated; one contract per entity policy updated; proposals valid 360 days (Summary of Changes; RFP).

Dimension scores

Total - 70/100
Technical Fit - 17/20

MAPS covers worldwide IT/professional services across five Domains (Engineering/Logistics 541330; Emerging IT 541512; Foundational IT 541519; RDT&E; Management & Advisory) per draft RFP excerpts. These align with Trace core capabilities in SE&I/T&E, cloud/HCI/tactical edge, OCONUS FSR/field services, IT O&M/managed services, C5ISR/JADC2, and OCC/NOC/SOC (company_profile; RFP sections).

Past Performance - 15/20

Trace has significant Army past performance and primes on RS3 and ITES‑3S (company_profile), the very vehicles MAPS intends to combine (RFP excerpts). Additional Army PEO C3N FSR prime and other DoD work provide relevant references, matching agency/mission area even if the mechanism changes.

Vehicles / Contract Access - 6/10

MAPS is a new full‑and‑open MA‑IDIQ to be awarded by ACC‑APG (RFP excerpts). It is not a task order against an existing Trace‑held vehicle. Thus, access is via open competition (4–7 range). Trace’s current RS3/ITES‑3S primes indicate relevance but do not confer direct access.

Competitive Position - 8/15

Competitive field will include major primes. However, Trace’s Army track record, RS3/ITES‑3S primes, OCONUS delivery depth, and relevant technical lanes create meaningful advantages (company_profile; RFP domains). No incumbent advantage exists given this is a new consolidated vehicle; score reflects a competitive but favorable posture.

Risk - 8/15

Moderate risk. The scorecards include hard‑stop compliance (CMMC L2, facility clearance, ISO, acceptable systems, CPARS thresholds) and emphasize staffing metrics and low pass‑through (Attachment 0002 variants). Execution spans CONUS/OCONUS including hostile areas (RFP), a familiar but non‑trivial risk profile. Several compliance items are unconfirmed internally, elevating risk, but mission/agency are familiar.

Strategic Value - 10/10

MAPS is a long‑horizon (up to 10 years) Army Tier‑1 vehicle consolidating RS3 and ITES‑3S, both Trace prime vehicles (company_profile; RFP). Company profile flags MAPS as a vehicle to watch. Securing a seat preserves and expands Trace’s Army services lane and task‑order access for a decade.

Compliance - 6/10

Set‑aside: None (metadata) — Trace eligible. However, base‑award screening requires CMMC Level 2, ISO 9001/27001 evidence, acceptable purchasing/accounting systems, and facility clearance (Attachment 0002 scorecards). Trace’s FCL is assumed TS/SCI and CMMC level is unverified; ISO certifications and DCMA‑accepted systems are not stated in the profile. Thus, partial confidence pending internal confirmation/mitigation.

Concerns

  • Fatal screening gates: CMMC Level 2, ISO 9001, acceptable systems, facility clearance, and CPARS thresholds — any shortfall disqualifies (Attachment 0002).
  • Unconfirmed internal certifications/systems (CMMC L2, ISO 9001/27001, DCMA‑accepted accounting/purchasing) may impede base‑award eligibility (company_profile vs scorecards).
  • High competition across multiple domains with large primes; Government may adjust number of awards up/down without limit (Summary of Changes), increasing uncertainty.
  • Heavy reliance on staffing metrics (vacancy, time‑to‑fill) and low pass‑through scoring may penalize teaming-heavy models (scorecards).
  • Worldwide/hostile OCONUS execution introduces clearance, logistics, and duty‑of‑care complexities at TO level (RFP).
  • Portal/process risk: CHESS portal constraints (single submitter; last package counts; strict naming) can cause administrative disqualification if mishandled (Appendix A).

Teaming opportunities

  • Confirm and, if needed, obtain CMMC Level 2 certification prior to final RFP submission; hard‑stop gating (scorecards).
  • Verify active facility clearance level and documentation; scorecards award points for TS and require clearance evidence.
  • Validate ISO 9001 (and ideally ISO/IEC 27001) certifications to capture points and satisfy screening where applicable (scorecards).
  • Confirm DCMA/CFA‑determined acceptable accounting and purchasing systems and property management system to meet screening and maximize points (scorecards).
  • Curate QPs per domain that map to Section 3.0 technical capabilities, meet recency, show low pass‑through, strong CPARS/PPQ, and strong staffing metrics (Attachment 0003/0004; scorecards).
  • Develop a compliant Small Business Subcontracting Plan if proposing as Large Business (RFP).
  • Assess JV options only if they improve compliance/points and comply with updated JV rules; note some screening appears to apply at offeror level and may not be mitigable by teaming (scorecards; Summary of Changes).

Competitive position

  • Leverage Trace’s Army track record and primes on RS3 and ITES‑3S as evidence of capability continuity into MAPS (company_profile; RFP context).
  • Highlight OCONUS FSR depth across CCMDs and austere environment experience to de‑risk worldwide/hostile TOs (company_profile; RFP).
  • Emphasize SE&I, C5ISR/JADC2 integration, tactical edge compute, OCC/NOC/SOC operations to align with Emerging/Foundational IT and Engineering/Logistics domains (company_profile).
  • Demonstrate low pass‑through delivery model with strong staffing performance (vacancy/time‑to‑fill) using quantified QP metrics (scorecards; Attachment 0003).
  • Show mature management systems and security posture (acceptable systems, facility clearance, CMMC) to clear screening and maximize points (scorecards).
  • Use E&I Facility and NSA Trusted Integrator credentials to differentiate complex integration, testing, and multi‑domain work (company_profile).

Bid/No bid factors

  • Scorecards impose STOP conditions for CMMC Level 2, facility clearance, ISO, acceptable systems, and CPARS thresholds (Attachment 0002 variants).
  • Government reserves the right to adjust the number of awards up or down without limit (Summary of Changes) — award uncertainty.
  • Updated 'One Contract Per Entity' language may constrain multi‑entity strategies (Summary of Changes).
  • Strict CHESS portal submission rules — only last package evaluated; naming/formatting enforcement (Appendix A).
  • Partial document extraction on several attachments; some details may change at final RFP (ledger limitations).

Documents

Download all
Appendix A - 27MAR2026.pdf Download
Summary

Portal instructions for submitting MAPS proposals via the Army CHESS portal: step-by-step guidance on account registration, required profile fields, document upload process, and that offerors must submit a full package each time with only the last submission evaluated.

  • Submission platform: CHESS portal (https://chess.army.mil/proposal/default/index) — Army-managed submission channel.
  • Registration rule: Offerors shall register one (1) person for portal access; one alternate allowed for emergencies.
  • Required profile fields: Company Name, CAGE Code, UEI, Business Size, Alternate Submitter Email (if applicable), and Domains proposed.
  • Proposal packaging: Offerors must upload a full proposal package each submission; only the last submitted package will be evaluated.
  • Naming and format: Documents must follow naming conventions in RFP Section L.1 Paragraph 2 to be accepted.
  • Upload mechanics: Use portal browse buttons to attach files and click SUBMIT to finalize submission.
Attachment 0001 Cover Letter - 27 MAR2026.pdf Download
Summary

Cover letter / proposal cover form dated 27 Mar 2026 for MAPS: a template collectorsheet requesting proposer identification and administrative proposal metadata. It asks which MAPS Domain(s) the offeror will propose to, business size per domain, company identifiers (CAGE, UEI, POC), JV and Mentor‑Protégé status, OCI disclosure, and references required attachments such as a JV agreement or SBA mentor‑protégé verification and Volume V (Cost) submission.

  • Document is a standardized cover letter / cover form for MAPS proposals (dated 27 MAR 2026).
  • Solicits which Domain(s) the offeror will propose to: Engineering/Logistics/Operational Services; Management & Advisory; Research, Development, Test & Evaluation (RDT&E); Emerging IT Services; Foundational IT Services.
  • Requests proposer identifiers and contact info: Prime Company Name, POC (name/email/phone), Company CAGE, Company UEI.
  • Asks business size classification per domain (Large, Emerging Large, Small, Commercial‑sector vendor) — useful for set‑aside and teaming analysis.
  • JV/Team questions: 'Are you proposing as a JV? YES/NO', Populated vs Unpopulated JV, fields for Joint Venture company name/CAGE/UEI — indicates acceptance of JV proposals and need to capture JV details.
  • Mentor‑Protégé: asks if proposing as Mentor/Protégé and requires SBA signed verification when applicable.
  • Organizational Conflict of Interest (OCI) disclosure requested — offerors must explain any known/potential OCI.
  • Explicit instruction: If proposing as a JV, submit written JV agreement with the Cover Letter; if Mentor‑Protégé, provide SBA verification — identifies required admin attachments.
  • Mentions Offerors FFP for Post Award Conference and 'Volume V - COST Submission' indicating specific submission content referenced on the form.
Attachment 0002 Scorecard Commercial Sector 27MAR2026.pdf Download

Partially reviewed: Too large

Summary

Partial extraction (two sections) of the MAPS commercial‑sector scorecard. Contains mandatory screening (commercial‑sector definition, CMMC Level 2 proof via SPRS) and the detailed scoring rubric for commercial vendors across certifications, QP recency/relevance/NAICS alignment, past performance (CPARS/PPQ), dollar value, subcontract passthrough, and LOE‑specific staffing/schedule/completeness metrics.

  • Document is MAPS Attachment 0002 — scorecard for Commercial‑Sector Vendors (gating and evaluation criteria).
  • Screening gate: defines Commercial‑Sector Vendor (no DoD/USG commercial services contracts in prior 4 years).
  • Mandatory CMMC Final Level 2 (self) or higher; requires SPRS screenshot — failure = proposal not evaluated (explicit STOP).
  • Certification point values: CMMC Final Level 2 = 3,500 pts (higher points also listed for conditional/scheduled states); ISO 9001 and ISO/IEC 27001 each = 3,500 pts.
  • Facility clearance points: 1,500 pts for Active SECRET; 2,500 pts for TOP SECRET.
  • QP recency: 1,000 pts per QP meeting recency criteria (LOE or Outcome‑Based).
  • QP relevance: up to 7,000 pts per QP for meeting 100% of domain technical capabilities (tiered down to 0).
  • NAICS alignment: 1,000 pts per QP if aligns with domain NAICS.
  • Performance quality (CPARS/PPQ): up to 10,000 pts per QP for Exceptional ratings; zero if Marginal or below; government will use CPARS when available.
  • Dollar value: up to 4,000 pts per QP for contract value > $10M (tiered lower amounts for smaller values).
  • Passthrough/subcontract rate: up to 6,000 pts per QP if subcontractor performed 0–30% of work; zero pts if >65% subcontracted.
  • LOE QP staffing metrics: Vacancy Rate, Time to Fill, Schedule, Completeness each scored (up to 5,000 pts per metric per QP).
  • Processing limitation: file is large and only selected sections (section_1_of_2 and section_2_of_2) were extracted; additional sections likely exist that were not reviewed.
Attachment 0002 Scorecard Emerging Large 27MAR2026.pdf Download

Partially reviewed: Too large

Summary

Partially-extracted scorecard for the MAPS RFP (Emerging Large Business track); extraction covered two selected sections (section_1_of_2 and section_2_of_2) but the file was too large for full review. The document provides the Government’s point-based evaluation matrix (systems, certifications, past performance, relevance, NAICS alignment, dollar value, passthrough rates, staffing metrics, schedule/AQL) and screening rules (Emerging Large Business definition, mandatory document submissions, and stop/exclusion criteria).

  • Evaluation is highly points-driven with large weights (examples: Relevance per QP up to 7,000 points; Performance Quality up to 10,000 points per QP; Systems/accounting/purchasing points: 2,000/2,500/3,500 respectively).
  • Systems & certifications credit: Government-determined acceptable Property Management System (2,000), Purchasing System (2,500), Accounting System (3,500); Active TOP SECRET Facility Clearance credited (1,000) and elsewhere asks for SECRET facility clearance documentation.
  • CMMC & security standards: up to 3,000 points for CMMC Level 2 status (scheduled/conditional/final tiers); 1,000 points for ISO/IEC 27001:2022; also requests ISO 9001 verification and SPRS screenshot for CMMC.
  • Past performance rules & exclusions: CPARS will be pulled across five NAICS over last 3 years; if 10%+ of CPARS elements are MARGINAL or below for an Emerging Large Business, offeror is excluded. Performance Quality scoring per QP: Exceptional=10,000; Very Good≈7,500; Satisfactory≈4,500; Neutral=1,000; Marginal or below=0 (no credit).
  • QP-specific scoring: Recency (1,000 per QP if within last 2 years), NAICS alignment (1,000 per QP), Dollar value per QP (4,000 if >$25M; 2,000 if $10–25M; 1,000 if $2.5–10M).
  • Subcontracting pass-through: strong preference for low subcontractor share — max points (6,000) if subcontractor performed 0–30% of work; 0 points if >65%.
  • Staffing metrics: Vacancy Rate (0–5,000 points depending on percent); Time-to-fill for LOE QPs (0–5,000 points depending on days); Schedule/AQL scoring (0–5,000 points depending on % of AQL met).
  • Administrative screening: ‘Emerging Large Business’ defined (not small, converted to other-than-small within last 5 years, average annual revenue ≤ $250M over last 5 years) and requires SAM.gov update history or SBA determination and audited financials/CPA letter. Document states a hard stop — failure on screening questions leads to no further evaluation.
  • Document limitation: extraction is partial (selected sections only) and the full scorecard may include additional domains, tables, or clarifying definitions not present in the selected sections.
Attachment 0002 Scorecard Large Business 27MAR2026.pdf Download

Partially reviewed: Too large

Summary

Partial extraction (sections 1/2 and 2/2) of the MAPS RFP Large Business scorecard. Contains screening questions that can disqualify proposals and a detailed point-based evaluation matrix covering certifications, past performance QPs, NAICS alignment, dollar value, passthrough, vacancy/time-to-fill, and schedule metrics. Review noted as partial due to file size (selected sections only).

  • Document = MAPS - LARGE BUSINESS Attachment 0002 (Scorecard) — scoring and screening guidance for proposal evaluation.
  • Screening questions: require acceptable accounting/purchasing systems (DCMA/CFA verification), facility clearance, ISO certification, CMMC Level 2, and CPARS threshold — any NO stops evaluation.
  • Property Management System: 2,500 points for Government Determined Acceptable Property Management System.
  • Facility clearance points: lists 3,500 points for Active TOP SECRET Facility Clearance (screening text also requests Secret clearance documentation — potential conflict in extracted sections).
  • CMMC Level 2 points: 2,000 points for scheduled conditional/final (without approved conditional), 2,500 for active conditional, 3,500 for active final CMMC Level 2 (C3PAO).
  • ISO/IEC 27001:2022: 3,500 points if active and approved.
  • ISO 9001 (2015/2013) listed in screening questions as required with verification from certification body.
  • CPARS rule for Large Business: if >=5% of element ratings are MARGINAL or below across the five NAICS in the last 3 years, offeror is excluded from evaluations.
  • Accounting and Purchasing System evidence: requires Part 1 (UEI, CAGE, DCMA/CFA POC) and Part 2 (audit/CPSR report or DCMA/CFA letter referencing page/paragraph).
  • QP-specific scoring: Recency (1,000 points per QP meeting recency rules); Relevance up to 7,000 points per QP; NAICS alignment 1,000 per QP; Performance Quality up to 10,000 per QP (CPARS/PPQ used); Dollar value up to 4,000 per QP.
  • Passthrough rate scoring per QP: 6,000 points if subcontractor performed 0–30% of work; 0 points if >65% passthrough.
  • Vacancy rate scoring (LOE QPs): 0% vacancy = 5,000 points down to 0 points at >=15% vacancy.
  • Time-to-fill scoring: <=30 days = 5,000 points; scales down to 0 points at >=75 days.
  • The scorecard is explicitly for Large Business proposals (MAPS - LARGE BUSINESS).
Attachment 0002 Scorecard Small Business 27MAR2026.pdf Download

Partially reviewed: Too large

Summary

Partial extract (selected sections 1_of_2 and 2_of_2) of the MAPS Small Business evaluation scorecard: screening questions and the detailed point-scoring rubric for technical, certifications, past performance, subcontracting/passthrough, staffing, schedule, and completeness metrics. The file is large and was only partially reviewed; the provided sections capture the screening gates and the bulk of the numeric scoring rules across three QPs.

  • Document = Attachment 0002: Small Business scorecard for MAPS RFP (explicit screening + scored criteria).
  • Screening gate requires CMMC Final Level 2 (self) or higher and a Secret facility clearance; failure on screening = proposal not evaluated further.
  • M.4.1 Systems scoring: 3,000 points for a Government‑determined acceptable accounting system; 2,000 points for not proposing as a Joint Venture.
  • M.4.2 Certifications scoring: 2,500 points for Active TOP SECRET Facility Clearance; CMMC Level 2 scored tiered at 1,000/2,000/3,000 depending on status (scheduled, conditional active, final active); 2,500 points for ISO/IEC 27001:2022.
  • Past Performance recency (M.5.1): Up to 1,000 points per QP for LOE or Outcome‑Based QPs meeting recency (1+ year LOE within last 2 years or completed outcome QP end date within last 2 years; QP must be ≤4 years old).
  • Relevance (M.5.2): Up to 7,000 points per QP for meeting 100% of technical capabilities; scaled tiers down to 0 points.
  • NAICS alignment (M.5.3): 1,000 points per QP that aligns with proposed Domain‑specific NAICS.
  • Performance Quality (M.5.4): CPARS/PPQ used; up to 10,000 points per QP for 'Exceptional' ratings; zero if Marginal or below; government will use CPARS when available.
  • Dollar Value (M.5.5): Up to 4,000 points per QP for contracts >$10M (tiered down for smaller values).
  • Passthrough Rate (M.5.6): Strong preference for low subcontractor share: 6,000 points per QP if subcontractor performed 0–30% of work; zero if >65%.
  • Staffing metrics (M.5.7.1/2): Vacancy rate, Time‑to‑Fill scored heavily (e.g., 5,000 points for 0% vacancy or ≤30 days to fill); multiple schedule/AQL/completeness metrics with substantial point weight per QP.
  • Three QPs are assessed (QP 1–3) with the same scoring buckets across many criteria, indicating multiple task/line items evaluated individually.
  • Stop condition: Several screening items (CMMC, Secret clearance, ISO 9001, small business certification, CPARS threshold question) are fatal if answered NO.
Attachment 0003 Qualifying Project 27MAR2026.pdf Download
Summary

Standard Qualifying Project (QP) submission form (Attachment 0003) used to present past-performance projects for evaluation against MAPS domains. The form requires contract reference/copy, POC certification, PWS/SOW mapping, performance metrics (vacancy rate, time-to-fill), subcontract passthrough, schedule/completeness metrics, NAICS mapping, legal-entity/CAGE attestations, and indicates whether the QP is LOE or outcome-based.

  • Document is the QP form (Attachment 0003) required to submit past-performance examples for MAPS evaluation.
  • Requires copy of the Contract/Agreement and Contracting Party POC — enables verification of past performance (useful for Past Performance scoring).
  • Period of Performance constraint: for Large/Emerging Large/Small businesses QP must be ≥1 year and ≤4 years old from final solicitation date; Commercial vendors require completed projects — limits eligible past-performance windows.
  • Requests mapping to Technical Capabilities in Section 3.0 of the PWS and PWS/SOW/TGL mapping — needed to demonstrate Technical Fit to specific MAPS domains.
  • Asks for NAICS code or best-fit NAICS — relevant to Trace NAICS alignment (541330 listed in opportunity metadata).
  • Collects workforce metrics: Vacancy Rate and Average Time to Fill — signals emphasis on staffing stability and resourcing (affects Risk scoring).
  • Captures Passthrough Rate (subcontracted amount), Schedule Rate, and Completeness/Efficiency metrics — useful to assess subcontract reliance and delivery performance.
  • Includes CAGE code and legal-entity attestation plus space to describe relationship if QP performed by an affiliate — relevant to compliance and incumbency/team composition checks.
  • Form asks whether Attachment 0004 PPQs will be submitted for each QP — indicates additional past-performance detail requirements.
Attachment 0004 Past Performance Questionnaire (PPQ) Form - 27MAR2026.pdf Download
Summary

Contracting office past-performance questionnaire template (Attachment 0004) for MAPS RFP (dated 27MAR2026) to be completed by government/customer POCs. The form collects contract identifiers, NAICS alignment, and adjectival ratings across standard performance areas and includes instructions and return information for evaluators.

  • Designates past performance window: “within the past four years” — sets timeframe for relevant references.
  • Request for contract metadata: contract number, award and completion dates, prime/sub info, NAICS code — useful to match Trace past wins.
  • Adjectival rating scale included: Exceptional, Very Good, Satisfactory, Marginal, Unsatisfactory — evaluators must justify lower ratings.
  • Evaluation factors listed: Regulatory Compliance, Cost Control, Management, Quality, Schedule — these are explicitly weighted evaluation topics for past performance assessment.
  • Small Business Subcontracting assessment referenced with FAR Subpart 19.7 and 15 U.S.C. 637 — gov’t will evaluate small-business subcontracting effort.
  • Form is to be completed by Government/Customer POC (not offeror) for inclusion in award decision — indicates reliance on third-party references for past performance scoring.
  • File labeled Attachment 0004 and dated 27MAR2026, tying it to the current MAPS RFP draft package and timeline.
Deleted Attachments.txt Unavailable

No current live SAM.gov attachment matches this stored row.

Summary

A short index showing that one attachment was deleted from the notice; it lists the filename 'MAPS Request For Proposal (RFP) Draft 6 - 27MAR2026.docx' but contains no RFP content or requirements.

  • Lists a deleted attachment named: MAPS Request For Proposal (RFP) Draft 6 - 27MAR2026.docx
  • Indicates this is Draft 6 of the MAPS RFP with a 27MAR2026 timestamp in the filename
  • No substantive solicitation text included here—attachment removal limits ability to assess requirements, scope, or evaluation criteria from this file alone
  • Signals that a draft RFP existed and may be obtainable elsewhere (e.g., other attachments or source links), so follow-up retrieval is needed for scoring
MAPS Request For Proposal (RFP) Draft 6 - 27MAR2026.docx Unavailable

Deleted on SAM.gov.

Partially reviewed: Too large

Summary

Partially reviewed (selected sections 1 and 6 only; document too large for full extraction). Draft MA‑IDIQ RFP (MAPS) from ACC‑APG combining RS3 and ITES‑3S vehicles to provide wide‑ranging knowledge‑based professional IT services worldwide. Includes PWS scope areas, 5+5 year ordering period (max 10 years), TO types (FP, T&M, CR), security/DD254 and reporting requirements (eCRAFT, optional APG Vendor Report), proposal submission/volume instructions via Digital Market portal, and list of attachments (scorecard, qualifying project form, PPQ).

  • Contract type: Multiple Award Indefinite Delivery Indefinite Quantity (MA‑IDIQ).
  • Vehicle signal: MAPS will be awarded from a combination of ACC‑APG RS3 and ITES‑3S IDIQ contract vehicles (strong vehicle access signal).
  • Objective: Provide uncommon knowledge‑based professional IT services to Army customers, PAEs, CPEs, DoW agencies, and other federal agencies worldwide (CONUS and OCONUS, including hostile areas).
  • Scope: Five technical support areas scored—Engineering/Logistics/Operational; RDT&E; Management & Advisory; Emerging IT Services; Foundational IT Services.
  • Period of performance: Base 5 years + one 5‑year option (maximum ordering period up to 10 years).
  • Task order types: Fixed Price, Time‑and‑Materials, Cost Reimbursement, and hybrids allowed; award method: full and open with reserved awards for small businesses.
  • Place of performance: Identified per task order; allows Government or contractor sites CONUS/OCONUS, including warzones. (TO‑level POA&M/locations.)
  • Security: Contractor access restricted to authorized personnel; DD254 and task‑order specific security clauses will apply; explicit clearance/access requirements noted.
  • Reporting/compliance: eCRAFT mandatory for cost‑reimbursement CLINs when included; APG Vendor Report may be required at KO discretion for CPFF‑Term CLINs.
  • Proposal process: Submissions via Digital Market Portal; detailed volume naming/format rules and required attachments (Cover Letter, Scorecard, Qualifying Project Forms, PPQ); proposals must be valid 360 days.
  • Attachments referenced: Attachment 0001 Cover Letter; 0002 Scorecard; 0003 Qualifying Project Form; 0004 Past Performance Questionnaire (PPQ).
MAPS Request For Proposal (RFP) Draft 6 - 27MAR2026.pdf Download

Partially reviewed: Too large

Summary

Partially reviewed (selected sections 1 and 7 only; extraction limited due to file size). Draft MAPS RFP describes a Multiple-Award IDIQ (MA IDIQ) to be awarded by ACC-APG combining RS3 and ITES-3S vehicles to procure knowledge-based professional IT services worldwide; maximum ordering period up to 10 years (5-year base + 5-year option). The document defines five Domains (Engineering/Logistics, RDT&E, Management/Advisory, Emerging IT, Foundational IT), TO types (FP, T&M, CR, hybrids), proposal submission rules via the Digital Market Portal, domain-specific proposal requirements (one proposal per Domain, unique scorecard per Domain, QP limits), JV and security/CMMC rules, and administrative constraints (360-day proposal validity, single-PDF submission, formatting/attachment rules).

  • MA IDIQ (MAPS) combining RS3 and ITES-3S contract vehicles — procurement mechanism and vehicle access signal
  • Period of performance: up to 10 years (5-year base + 5-year option) — long-term revenue potential
  • Place of performance: task-order level; CONUS and OCONUS including warzones — OCONUS/FSR capability required
  • Allowed TO contract types: Fixed-Price, Time-and-Materials, Cost-Reimbursement, and hybrids — flexible pricing types
  • Five Technical Domains defined (with NAICS): Engineering/Logistics (541330), Management/Advisory (541611), RDT&E (541715), Emerging IT (541512), Foundational IT (541519) — direct NAICS mapping to Trace core lanes
  • Proposal rules: submit via Digital Market Portal, one proposal per Company per Domain, separate proposal required per Domain, unique Scorecard per Domain — procedural access constraints
  • Proposal content limits: up to 15 Qualifying Projects attachments, max 3 QPs per Domain; Large Businesses must include Small Business Subcontracting Plan — past-performance and teaming evidence requirements
  • Security/teaming constraints: JV members performing security work must have Active Secret Facility Clearance; any member processing/storing/transmitting data must hold CMMC certification — compliance and teaming implications
  • Small business reserved awards for base contracts (but overall full & open with reserved awards) — set-aside dynamics for competition
Summary of Changes to Draft 6.pdf Download
Summary

Concise summary of edits to MAPS RFP Draft 6 covering Sections C, G, H, L, and M, including removals (Quality Assurance, Performance Requirements Summary), updates to contract deliverables (Service Contract Reporting), revisions to JV and Small Business definitions/scoring, and significant award/evaluation language changes. Changes clarify joint-venture treatment, UEI requirement in the cover letter, passthrough rate calculation, and grant the Government flexibility to adjust number of awards. These edits materially affect teaming, small-business scoring, deliverables, and award strategy for MAPS.

  • Scope: Updates touch core solicitation sections C (work statement/deliverables), G (admin/rates), H (definitions/contract rules), L (instructions to offerors), and M (evaluation/award).
  • Deliverables: Section 5.0 Contract Deliverables updated to include Service Contract Reporting (new reporting requirement).
  • Requirements removed: 1.4.1 Quality Assurance and 5.5 Performance Requirements Summary removed (may reduce prescriptive PRS content).
  • JV / Teaming: H.1 updated definitions for Joint Ventures, Mentor-Protégé JV, Populated JV, and Emerging Large Business; H.6 "One Contract Per Entity" language updated — affects teaming and multiple-award eligibility.
  • Submission requirements: L.2.1 adds Unique Entity Identifier (UEI) to Volume I cover letter — administrative requirement on proposals.
  • Small Business scoring: L.2.2.2.1 removes Government Determined Acceptable Purchasing and Accounting Systems from Small Business scoring; M.4 updates point allocations for Systems and Certifications for Small Business and adds points if not proposing as JV.
  • QP (Qualified Personnel) rules: L.2.3.2 permits Technical Guidance Letters and allows use of a QP where the prime previously performed as a subcontractor for Small Business, Emerging Large Business, and Commercial-Sector Vendor — expands acceptable QP evidence.
  • Award flexibility: M.1 adds Government right to upward or downward adjust number of awards without limit and updates how awards to Commercial-Sector Vendors may be reallocated — affects competition and award strategy.
  • Evaluation mechanics: M.5.5 updates evaluated dollar value thresholds; M.5.6 clarifies passthrough rate calculation; M.5.7.3 updates schedule/outcome-based QP language — impacts price/evaluation modeling and teaming financials.
  • Rates/admin: G.4.5 Adjustment of Baseline Rates language updated — may affect rate adjustments and contract pricing over time.
Technical details

Entry: sync

Review status: Up to date

Logical upstream opportunity: 5464

Notice lineage:

  • 3ee0ab2c4f594764ac5ed1266a79803f (posted 2026-03-30) - current
  • 1046b6dc56ce4c1798efb6a8801f9d0d

Last synced: 2026-03-31T11:30:47.081499+00:00

Last analyzed: 2026-03-30T14:20:11.979993+00:00

Latest package fingerprint: db7e28f054ef6cd5687812ba61edfc28683142d97ef3128ba7fd79f5d933bc92

Latest package notice: 3ee0ab2c4f594764ac5ed1266a79803f

Latest package documents: 12

Evidence limitations
  • Attachment 0002 Scorecard Commercial Sector 27MAR2026.pdf: partially reviewed (too large)
  • Attachment 0002 Scorecard Emerging Large 27MAR2026.pdf: partially reviewed (too large)
  • Attachment 0002 Scorecard Large Business 27MAR2026.pdf: partially reviewed (too large)
  • Attachment 0002 Scorecard Small Business 27MAR2026.pdf: partially reviewed (too large)
  • MAPS Request For Proposal (RFP) Draft 6 - 27MAR2026.docx: partially reviewed (too large)
  • MAPS Request For Proposal (RFP) Draft 6 - 27MAR2026.pdf: partially reviewed (too large)
Recent package history
  • 2026-03-30T14:16:14.407114+00:00: 3ee0ab2c4f594764ac5ed1266a79803f with 12 docs

Labels

Human notes

Qualification Settings

Included notice types

Scope Filters

Use one code or phrase per line, or comma-separate.

System Settings

Runtime

Custom Search

Search time

These filters apply only to this run. Qualification settings stay unchanged.

Custom Search queries Fetchmesh and stores the results in Scout without mutating the default sync configuration.

Workspace visibility

All custom searches are public for now.

Included notice types

Scope Filters

Use one code or phrase per line, or comma-separate.

Browse Searches