- Gap review, remediation roadmap, and implementation support
- Policy package, evidence mapping, and submission prep
- Designed for primes and subs across non-tech and tech work
US Army Operational Evaluation Command, Base Test Support Services Follow-on
Special Notice from DEPT OF THE ARMY • DEPT OF DEFENSE. Place of performance: United States. Response deadline: Mar 02, 2026. Industry: NAICS 561210 • PSC R706.
CMMC support options for this DoD solicitation
As DoD CMMC rollout expands, approximately 80%+ of DoD solicitations are expected to include cybersecurity/CMMC requirements, including many non-tech scopes.
- Structured checklist, AI guidance, and progress tracking
- Build evidence and controls with clearer next-step workflows
- Ideal for teams that want speed plus affordability
Market snapshot
Awarded-market signal for NAICS 561210 (last 12 months), benchmarked to sector 56.
Related hubs & trends
Navigate the lattice: hubs for browsing, trends for pricing signals.
Point of Contact
Agency & Office
More in NAICS 561210
Description
This Special Notice is issued in accordance with FAR 5.203, to synopsize the pending solicitation for the Operational Evaluation Command (OEC) Base Test Support Services (BTSS) Follow-on requirement.
The BTSS Follow-on awardee shall provide continued contractor services necessary to support the OTC mission to include management, administration, supervision, logistics, vehicle and equipment maintenance, motor pool functions, and supply warehouse functions to support operational field test events. On an intermittent assignment basis, the Contractor shall perform operational and customer testing, data collection, and logistical support for other Department of War (DoW) activities and other OEC organizations both within the Continental United States (CONUS) and Outside the Continental United States (OCONUS) as identified in individual task authorizations for operational testing missions.
The work to be performed under this contract will primarily be performed at Fort Hood, Texas, Fort Bragg, North Carolina, and Fort Bliss, Texas (Base operations requirements) with additional test support operation locations at Fort Huachuca, Arizona, and Fort Sill, Oklahoma. Other locations will be identified in individual Task Order Statement of Work requirements and may require the delivery of test support services at locations CONUS and OCONUS. Exact test support locations are not known or forecastable, however, a complete list of potential testing locations will provided with the pending solicitation.
The proposed contract action will replace current contract W91151-21-D-0003, with a current final expiration of 30 Sep 2026.
The BTSS acquisition is a 100% Service Disabled Veteran Owned Small Business (SDVOSB) set-aside, conducted in accordance with FAR Part 15. This Request for Proposal (RFP) will result in a Cost-Plus Fixed-Fee (CPFF) Indefinite Delivery, Indefinite Quantity (IDIQ) contract with Firm Fixed Price (FFP), Cost, and CPFF Contract Line Item Numbers (CLINs) as set forth at Section B. The Period of Performance specifies a thirty (30) day contract Phase-in and a four (4) year, eleven (11) month ordering period. FAR 52.217-8 will be included in the contract.
The RFP is anticipated for release ON OR ABOUT 02 Mar 2026.
Files
Files size/type shown when available.
BidPulsar Analysis
A practical, capture-style breakdown of fit, requirements, risks, and next steps.
The US Army is seeking a Service Disabled Veteran Owned Small Business (SDVOSB) contractor for Base Test Support Services (BTSS) as outlined in a Special Notice. This contract will replace the current award (W91151-21-D-0003) and will include services to support various operational testing missions both CONUS and OCONUS. The anticipated release for the solicitation is on or about March 2, 2026, with a performance period including a thirty-day phase-in and a four-year, eleven-month ordering period.
The buyer aims to continue contractor support services for the Operational Evaluation Command (OEC) to facilitate operational field tests, including logistics, vehicle maintenance, and equipment support, primarily at specific military locations.
- Management of operational support services
- Logistics and supply chain management
- Vehicle and equipment maintenance
- Motor pool operations
- Data collection and analysis for testing
- Company profile and experience
- SDVOSB certification documentation
- Technical approach to BTSS services
- Pricing structure for Cost-Plus Fixed-Fee (CPFF)
- Past performance references
Source coverage notes
Some notices publish limited source detail. Confirm these points before final bid/no-bid decisions.
- Exact dates for release of final proposal
- Detailed list of potential OCONUS locations
- Specific performance metrics or deliverables required
- Expected start date for the contract
- Details on past performance assessments required
- Number of task authorizations anticipated
FAQ
How do I use the Market Snapshot?
It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.
Is the data live?
The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.
What do P10 and P90 mean?
P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.