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 knowledge-based professional services across five domains in support of the Army enterprise. This is a full and open competition with reserved awards for small businesses. Our services help businesses of all sizes navigate the complexities of the MAPS contract, ensuring high-quality, compliant, and competitive proposals.

Contract Overview
The MAPS contract combines the ACC-APG Responsive Strategic Sourcing (RS3) and ITES-3S contract vehicles into one unified IDIQ. The objective is to provide Army customers, Department of War agencies, and other federal agencies with knowledge-based professional services and IT support worldwide — CONUS and OCONUS, including hostile areas.
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 final RFP (W15P7T26RA006) was released April 1, 2026. Key details confirmed in the final solicitation:
- Up to 70 awards per domain broken out as 30 Large Business (15 reserved for Emerging Large Business), 25 Small Business, and 15 Commercial-Sector Vendor;
- Secret FCL and ISO 9001 required at proposal submission for all business categories except Commercial-Sector Vendors;
- CMMC Level 2 required at proposal submission for all categories;
- Proposal due date confirmed as May 1, 2026 at 5:00 PM ET;
- Submission via the Army CHESS portal.
Contract Details
(Updated March 2026)
Solicitation Number: W15P7T26RA006
- Agency: Agency: Army Contracting Command – Aberdeen Proving Ground (ACC-APG), in support of the Capability Program Executive (CPE) Enterprise Software and Service (ES2)
- Status: Final RFP Released
- Solicitation Dates:
- Draft RFP 5: March 10, 2026
- Final RFP: April 1, 2026
- Questions Due: April 17, 2026 at 5:00 PM ET
- Proposals Due: May 1, 2026 at 5:00 PM ET
- Evaluations Complete: TBC (subject to change)
- Period of Performance: 5-year base ordering period + one 5-year optional ordering period (10 years maximum)
- Award Date: TBC
- Competition Type: Unrestricted/full and open with small business reserves
- NAICS: $24.5M size standard
- Engineering, Logistics and Operational Services (NAICS 541330)
- Management and Advisory Services (NAICS 541611)
- Research, Development, Test & Evaluation Services (NAICS 541715)
- Emerging IT Services (NAICS 541512)
- Foundational IT Services (NAICS 541519)
- Number of Awards: Up to 70 per domain — 30 Large Business (15 reserved for Emerging Large Business), 25 Small Business, 15 Commercial-Sector Vendor
- Contract Value: $50B (total across all prime contracts)
- Proposal Due Date: Proposal Due Date: May 1, 2026 at 5:00 PM ET
- 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:
- Engineering, Logistics and Operational Services: (Engineering Services, Logistics Services, Manufacturing Readiness, Medical Logistics, 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: Big Data and Big Data Analytics Data Services, Quantum Computing, Business Process Reengineering (BPR), Network/Systems Operation and Maintenance Enterprise, Integration and Consolidation Information Technology Services, Cybersecurity Services
- 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 5 volumes submitted through the Army CHESS portal:
- Volume I - Cover Letter (Attachment 0001)
- Volume II – Screening Questions and Scorecard (Attachment 0002)
- Volume III – Past Performance / Qualifying Projects (Attachment 0003)
- Volume IV – Small Business Subcontracting Plan (Large Businesses only)
- Volume V – Price (all business categories — FFP between $50 and $100)
Offerors can propose to multiple Domains, but must identify the Domain(s) in their cover letter. Offerors proposing to multiple Domains must submit a separate proposal for each. The Cover Letter (Attachment 0001), Qualifying Projects (QP) (Attachment 0003), and (as applicable) Past Performance Questionnaire (PPQ) (Attachment 0004) can be reused for each Domain proposal submission, but the Scorecard (Attachment 0002) must be unique to each Domain.
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 Government intends to make up to 70 awards per domain: 30 Large Business (15 of those reserved for Emerging Large Business), 25 Small Business, and 15 Commercial-Sector Vendor. The Government reserves the right to adjust the number of awards without limit.
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
- Government Determined Acceptable Purchasing System
- CPARS: if 5% or more of element ratings are Marginal or below, excluded from evaluation
Emerging Large Business:
- Active Secret FCL
- ISO 9001:2015 or ISO 9001:2013
- CMMC Final Level 2 (self) or higher
- CPARS: if 10% or more of element ratings are Marginal or below, excluded from evaluation
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) → CPARS: if 5 or more element ratings are Marginal or below, excluded from evaluation (note: this is a count, not a percentage)
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:
- Points vary by business size and system type. Examples: Large Business earns up to 2,500 points for an approved Property Management System; Emerging Large Business earns up to 8,000 points across accounting, purchasing, and property systems; Small Business earns up to 5,000 points for an approved accounting system.
- Points vary by business size and certification type. Examples: TS FCL earns 3,500 points for Large Business; ISO/IEC 27001:2022 earns 3,500 points for Large Business; higher CMMC levels earn additional points above the screening requirement.
- Recency – recent QPs with an period of performance end date within two years, or ongoing with one year completed, received 1000 points per QP
- A score of 0 to 7,000 points per QP based on percentage of domain Technical Capabilities demonstrated
- NAICS Alignment – QPs aligned with the Domain NAICS receive 1000 points
- Minimum qualifying value is $2.5M. Point values vary by business size. Large Business example: >$50M = 4,000 pts, >$25M to $50M = 2,000 pts, >$2.5M to $25M = 1,000 pts.
- Performance Quality – Ratings in all CPARS or PPQ elements are used to award up to 7000 points
- Exceptional (all elements) = 10,000 points
- Very Good or higher (all elements) = 7,500 points
- Satisfactory or higher (all elements) = 4,500 points
- Neutral = 1,000 points
- Marginal or below in any element = 0 points
- Unsatisfactory in any element = 0 points for entire QP
- 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







