Army Marketplace for the Acquisition of Professional Services (MAPS)
We offer comprehensive proposal support for the U.S. Army’s $50 billion Marketplace for the Acquisition of Professional Services (MAPS) Indefinite Delivery Indefinite Quantity (IDIQ) contract, designed to procure a wide range of IT and knowledge-based professional services and solutions for the Army, DoD, and other federal agencies. Our services help large and small businesses navigate the complexities of the MAPS contract, ensuring high-quality, compliant, and competitive proposals.
Army MSD IDIQ has been cancelled:
The Army has determined to no longer pursue the solicitation and award of the Modern Software Delivery IDIQ.
Contract Canceled:
As of June 27, 2025, The Department of Homeland Security has canceled the evaluation of proposals submitted under its PACTS III department-wide contract vehicle solicitation.

Contract Overview
The new MAPS contract combines the strengths of the IT Enterprise Solutions - 3 Service (ITES-3S) and the Responsive Strategic Sourcing (RS3) contracts, offering a unified approach to acquiring integrated IT and professional services solutions. This merged contract vehicle aims to enhance capabilities across IT services and mission support by incorporating emerging technologies like artificial intelligence and big data analytics, aligning with the evolving needs of federal agencies.
By merging ITES-3S and RS3, the Army seeks to reduce redundancies, save time and costs for both the government and industry, and align with its broader digital transformation and agile acquisition strategies. This unified approach will make it easier for vendors to reach target markets without needing to be on multiple contract vehicles, thereby streamlining access to Army procurement opportunities.
Overall, MAPS represents a significant step forward in the Army’s efforts to modernize its acquisition processes, making it a critical vehicle for companies aiming to expand their federal IT and professional services footprint.
Recent Updates
Latest Government Action:
The Army has confirmed that the MAPS acquisition will proceed forward. ACC‑APG has announced an Industry Update and MAPS Pre‑Solicitation Walk‑Through to brief industry on the acquisition approach, draft requirements, and next steps.
Industry Update & Pre‑Solicitation Walk‑Through
- Date: Wednesday, 28 January 2026
- Time: 8:30 AM – 12:30 PM (Check‑in begins at 7:45 AM)
- Location:
Myer Auditorium
6555 Surveillance Loop (BLDG 6000)
Aberdeen Proving Ground, MD 21005
Format: In‑person (limit 2 representatives per company) and virtual
In Person Registration: ACC-APG Industry Update IN PERSON Registration
Virtual Registration: ACC-APG Industry Update VIRTUAL Registration
SAM.gov Posting: SAM.gov
Supported Mission Areas (per ACC‑APG Industry Update):
- Division A – DEVCOM
- Division B – PEO C3N
- Division C – PEO IEW&S and PEO Missiles & Space
- Division D – PEO Soldier, ATEC, HQDA, FMS, PEO EIS
- Installation & Technology Division – IMCOM, APG Garrison, DEVCOM CBC, CECOM, ATC
- DC30E Division – Digital modernization and software development practices
Notice to Industry – Cancellation
MDA has canceled the planned release of the MIOES RFP.
Contract Details
(Updated February 2026)
Notice ID: W15P7T‑25‑R‑MAPS
- Agency: U.S. Army Program Executive Office Enterprise Information Systems (PEO EIS) in partnership with Army Contracting Command Aberdeen Proving Ground (ACC-APG)
- Status: Active — Acquisition Proceeding
- Solicitation Dates:
- RFI: September 19, 2024
- Industry Day: November 8, 2024
- Draft RFP: November 5, 2024
- RFP Draft L & M – Feedback Due: January 13, 2025 at 4:30 pm ET
- RFP Draft 3 – Feedback Due: February 14, 2025 at 4:30 PM ET
- RFP Draft 4: Releasing the week of March 24, 2025
- Pre‑Solicitation Conference: April 2, 2025 at 10:30 AM ET
- Final RFP: March 2025 (subject to change)
- Industry Update & Pre‑Solicitation Walk‑Through: January 26, 2026
- Evaluations Complete: May 2026 (subject to change)
- Period of Performance: 5-year base period plus one 5-year option period (total 10 years)
- Award Date: June 2026 (subject to change)
- Competition Type: Unrestricted/full and open with small business reserves
- NAICS: $34M size standard
- Domain 1 (Technical): 541330
- Domain 2 (RDT&E): 541715
- Domain 3 (Management & Advisory): 541611
- Domain 4 (Emerging IT Services): 541512
- Domain 5 (Foundational IT Services): 541519
- Subcontracting Goals: 8(a), SDVO, WOSB, HUBZone
- Number of Awards: 50 Awardees per Domain, with SB Reserves and Commercial-Sector Vendor Reserves
- Contract Value: no ceiling
- Proposal Due Date: April 2026 (expected)
- Submission: Register and submit full proposal package via the CHESS Portal
Functional Areas
The expected scope of work and task areas for the MAPS (Marketplace for the Acquisition of Professional Services) contract will combine elements from both the ITES-3S and RS3 contracts, aiming to provide a comprehensive platform for acquiring a variety of professional services across the Army, Department of Defense, and federal agencies. MAPS is expected to have five domains including:
- Technical Services: (Engineering Services, Logistics Services, Manufacturing Readiness, Technology Insertion, Integration, and Interoperability)
- Research, Development, Testing and Evaluation Services: (Basic Research, Applied Research, Experimental/Developmental, Modeling and Simulation, Prototyping and Fabrication Support, and Exploratory Research)
- Management and Advisory Services: (Acquisition and Strategic Planning, Financial Services, Training Services, Education Services, Program Management, Quality Assurance, and Risk Management)
- Emerging IT Services: Intelligent Automation (Artificial Intelligence (AI)/Robotic Pre-Automation), Infrastructure, Services Platform, and Infrastructure Cloud Services, Component Framework, Big Data and Big Data Analytics Data Services, Quantum Computing, IT RDT&E, Business Process Reengineering (BPR), Network/Systems Operation and Maintenance Enterprise, Integration and Consolidation Information Technology Services, Cybersecurity Services, Telecommunications/Systems Operation and Maintenance
- Foundational IT Services: Help Desk Support, Independent Verification and Validation (IV&V), IT Education and Training, IT Supply Chain Management, IT Management Services, IT Services
Proposal Requirements
Proposal Requirements and Scoring
Submitting a successful proposal for the MAPS Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Contract (MAC) requires meticulous attention to detail and thorough preparation. The proposal requirements will be broken into five key documents:
- One Attachment 001 Cover Letter
- One Attachment 0002 Self-Scoring Card
- Complete for each applicable business size across domains
- One Attachment 0003 Systems, Agreements, & Certifications
- Includes applicable documentation for business size
- Up to 15 Attachment 0004 Qualifying Projects (QPs)
- Maximum of 3 qualifying projects (QPs) for each specific domain you’re proposing to
- Must be a single contract (prime or commercial), single task order under an IDIQ, BPA, or BOA, or a task order under a Federal Supply Schedule contract
- At least 2.5M in total contract value
- At least 1 year of performance, but not more than 4 years old from the solicitation date
- NAICS code must match the NAICS code aligned to the domain
- The same QPs can be submitted across multiple domains
- Performance Work Statements (PWS) or Statements of Work (SOW) must be provided
- Contracts without CPARS will need to provide Past Performance Questionnaires
- CPARS with higher percentage of Exceptional ratings will be used to break ties
- Any non-Federal contract will need to provide a copy of the project agreement
- Maximum of 3 qualifying projects (QPs) for each specific domain you’re proposing to
- Small Business Contracting Plan (Required only for large businesses)
Evaluation Criteria
This will be a one-step procurement and bidders will be expected to submit their entire proposal at once. This means you’ll need to fully invest in developing your entire proposal without knowing if you’ll pass the gate review process.
The evaluation will be completed in four phases:
- Initial ranking based on self scores
- Verification review and downward adjustments
- Preliminary prospective awards
- Final awards
The intention is to have 15 large business, 10 commercial-sector vendors (CSV), and 25 small business awardees.
The gate criteria will be pass/fail and bidders must meet all gate criteria to continue in the evaluation process. The gate criteria varies by business size and consists of:
Large Business:
- Secret facility clearance
- Certifications:
- ISO 9001:2015 OR 2013
- CMMC Final Level 2 (self) or higher
- Accounting system
- Purchasing system
- CPARS ratings (no more than 5% marginal)
Small Business:
- Secret facility clearance
- Certifications:
- Small Business Certification
- ISO 9001:2015 OR 2013
- CMMC Final Level 2 (self) or higher
- CPARS ratings (no more than 5% marginal)
Commercial-Sector Vendors:
- CSV Confirmation
- Certifications:
- CMMC Final Level 2 (self) or higher
- SAM.gov registration
Once bidders pass the gate review, the government will continue evaluating proposals against a scorecard rubric for each domain and determine the points earned. The scorecard will evaluate:
- Systems and Rate Agreements – 1000 points per additional Government approved system or rate agreement
- Certifications – 1000 points per additional active certification outside of the gate criteria
- Offerors receive 2000 points for CMMC Conditional or Final Level 2 (C3PAO) – or higher certification
- Recency – recent QPs with an period of performance end date withing two years, or ongoing with one year completed, received 1000 points per QP
- Relevance – each QP is evaluated based on demonstrated Technical Capabilities. A score of 0 to 5000 points may be received based on the percentage of relevance.
- NAICS Alignment – QPs aligned with the Domain NAICS receive 1000 points
- Dollar Value – QPs receive up to 3000 points based on total contract value (TCV):
- Equal to or less than $25M receive 1000 points
- Between $25M and $50M receive 2000 points
- Over $50M receive 3000 points
- Performance Quality – Ratings in all CPARS or PPQ elements are used to award up to 7000 points
- Marginal ratings (or below), receive 0 points
- Neutral ratings receive 1000 points
- Satisfactory (or Satisfactory and higher) receive 3000 points
- Very Good (or Very Good and higher)) receive 5000 points
- Exceptional ratings receive 7000 points
- Vacancy Rate – each QP will be evaluated to determine the vacancy rates of their projects using a pre-determined formula: number of vacant positions at the end of the last year of performance, divided by the number of positions proposed, multiplied by 100.
- Vacancy rates at 15% or higher receive 0 points. Vacancy rates between 0% and 14.99% receive a range from 10000 to 1000 points respectively.
- Time to Fill Rate – QPs will be evaluated on the average time to fill vacancies for the last full year of performance. The formula used will be: date of offer acceptance, minus date vacancy opened.
- Time to fill rates at 75 days or more will receive 0 points. Time to fill rates between ≤30 up to 74 days receive a range from 7000 to 1000 points respectively.
Summit Strategy Services
Understanding and Analysis:
We analyze the final RFP to provide a clear understanding and insights, helping you make your go/no-go assessment.
Scoring Systems:
Our experts explain the scoring system and offer strategic tips to maximize your score.
Proposal Planning:
We assist with compliance matrix creation, proposal initialization, proposal outlining, template development, and detailed planning to ensure a well-structured and compliant proposal.
Full Proposal Development:
Our dedicated proposal managers, along with supplementary resources such as writers, graphic designers, and desktop publishers, work to develop a top-notch high-scoring proposal. We will also actively monitor for RFP amendments and Q+A releases, and adjust your strategy as needed.
Reviewing and Auditing:
We conduct thorough reviews, including compliance, color reviews, and QC checks, to optimize your proposal and enhance its competitiveness.
Success Stories
Hear from our satisfied clients who have benefited from our expert proposal support and secured significant federal contracts.
Game-Changing Win
"Partnering with Summit Strategy was a crucial strategic decision for us. Their extensive experience in assisting companies like ours pursue large, complex opportunities was instrumental in managing our team and the phased approach for this proposal effort. Winning this contract is incredibly impactful for our small firm, serving as a launch pad to pursue similar large contract opportunities. We look forward to relying on Summit for all our future proposal efforts, big or small, as our go-to proposal management team."
- CEO,
GovCon IT Consulting Firm
Elite Team
"It has been wonderful partnering with Summit Strategy. I highly recommend this elite team to any organization looking to take your performance to the next level.”
- Chief Growth Officer,
GovCon Intelligence + Security Solutions Firm
Exceeded Expectations
“My previous experiences with companies that do this type of work led me to have very low expectations, and you blew us out of the water! Everyone assigned to the [proposal] was professional, calm, helpful, thorough, and a pleasure to work with. You provided expertise and guidance to us throughout, and we really appreciated all you and your staff did. Thank you!
- Director of Contracts,
GovCon IT Consulting Firm






