Skip to content
Department of Defense

US Army Operational Evaluation Command, Base Test Support Services Follow-on

Solicitation: Not available
Notice ID: 324ac57a520b46b0a32e0446e759f9de
TypeSpecial NoticeNAICS 561210PSCR706Set-AsideSDVOSBCDepartmentDepartment of DefenseAgencyDept Of The ArmyPostedFeb 13, 2026, 12:00 AM UTCDueMar 02, 2026, 09:30 PM UTCCloses in 6 days

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.

DoD CMMC Readiness
Modern compliance support by Federal Bid Partners

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.

Done-for-you service
CMMC start-to-finish with FBP
$2,000
Registered Practitioner logo
Guided by a Registered Practitioner with practical DoD workflow support.
  • 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
Start CMMC with Federal Bid Partners →
AI-powered application
CMMC Pulsar™ start-to-finish
$399
CMMC Pulsar logo
First-of-its-kind CMMC Pulsar™ app to run your CMMC workflow with AI assistance.
  • Structured checklist, AI guidance, and progress tracking
  • Build evidence and controls with clearer next-step workflows
  • Ideal for teams that want speed plus affordability
Open CMMC Pulsar™ →
Requirements vary by acquisition and contract type; COTS-only exceptions may apply.

Market snapshot

Awarded-market signal for NAICS 561210 (last 12 months), benchmarked to sector 56.

12-month awarded value
$545,328,315
Sector total $925,178,107 • Share 58.9%
Live
Median
$500,000
P10–P90
$137,622$11,328,016
Volatility
Volatile200%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
58.9%
share
Momentum (last 3 vs prior 3 buckets)
+108866%($544,328,315)
Deal sizing
$500,000 median
Use as a pricing centerline.
Live signal is computed from awarded notices already observed in the system.
Signals shown are descriptive of observed awards; not a forecast.

Related hubs & trends

Navigate the lattice: hubs for browsing, trends for pricing signals.

We write these bids →
Open on SAM.gov →
Live POP
Place of performance
United States
Contracting office
Jbsa Ft Sam Houston, TX • 78234-0000 USA

Point of Contact

Name
Avangela Ligons-Sutton
Email
avangela.y.ligons-sutton.civ@army.mil
Phone
Not available
Name
Ingrid Smith
Email
ingrid.v.smith.civ@army.mil
Phone
Not available

Agency & Office

Department
DEPT OF DEFENSE
Agency
DEPT OF THE ARMY
Subagency
AMC
Office
ACC • MISSION INSTALLATION CONTRACTING COMMAND • W6QM MICC TSC
Contracting Office Address
Jbsa Ft Sam Houston, TX
78234-0000 USA

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.

No downloadable attachments detected for this notice.

BidPulsar Analysis

A practical, capture-style breakdown of fit, requirements, risks, and next steps.

Updated: Feb 15, 2026
Executive summary

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.

What the buyer is trying to do

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.

Work breakdown
  • Management of operational support services
  • Logistics and supply chain management
  • Vehicle and equipment maintenance
  • Motor pool operations
  • Data collection and analysis for testing
Response package checklist
  • Company profile and experience
  • SDVOSB certification documentation
  • Technical approach to BTSS services
  • Pricing structure for Cost-Plus Fixed-Fee (CPFF)
  • Past performance references
Suggested keywords
Operational Evaluation CommandBase Test Support ServicesSDVOSBCost-Plus Fixed-FeeIndefinite Delivery Indefinite Quantity
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.