Skip to content
Department of Defense

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

Solicitation: W51EW726RA004
Notice ID: c234528c2f74451b98ed684de951d740
TypeSolicitationNAICS 561210PSCR706Set-AsideSDVOSBCDepartmentDepartment of DefenseAgencyDept Of The ArmyPostedMar 27, 2026, 12:00 AM UTCDueApr 08, 2026, 08:30 PM UTCCloses in 12 days

Solicitation from DEPT OF THE ARMY • DEPT OF DEFENSE. Place of performance: {}. Response deadline: Apr 08, 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™ →
Solicitation context: W51EW726RA004. 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
$831,900,407
Sector total $1,753,124,958 • Share 47.5%
Live
Median
$1,536,338
P10–P90
$139,576$33,015,501
Volatility
Volatile200%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
47.5%
share
Momentum (last 3 vs prior 3 buckets)
+293%($494,588,451)
Deal sizing
$1,536,338 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
{}
Contracting office
Jbsa Ft Sam Houston, TX • 78234-0000 USA

Applicable Wage Determinations

SAM WDOL references matched to this opportunity's location and scope language.

WD Directory →
No direct WD match was found yet for this notice. Review the WD directory for state/county coverage and verify on SAM.gov.

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

**********************START OF 27 MAR 2026 UPDATE***************************

Due to errors contained within Amendment 0001 regarding L.3.1.3 instructions, the Government will issue Amendment 0002 before/by 4:30 EDT 30 Mar 2026 to correct/clarify L.3.1.3. The previously posted Q7 Q&A response is N/A and the pending amendment (0002) will clarify L.3.1.3 as follows:

L.3.1.3 Subfactor Three: Sample Test, Sample Task Order Proposal (TOP) The Offeror shall provide a complete TOP in accordance with CDRL A003* and the elements below, for the Sample Task Order as provided at RFP Attachment 2 (A2). *Offerors shall note, the TOP proposed at Volume I shall include the job position/labor category and man hours required at CDRL A003 16.4(a), but all proposed costs required under 16.4 shall be included in Volume III, as applicable (i. e., within the Offeror's cost narrative and A4 Pricing Matrix). TOP Attachments subject to Volume I (i.e., cover letter, technical approach via Power Point) may be addressed within the Offeror’s Technical / Mission Capability proposal (i.e., within the 60-page limit of Volume I), but said Attachments are authorized up to an additional fifteen (15) pages beyond the page limitations at L.2.3, with no further exclusions. As stated, Cost Attachments are required for submission under Volume III.

The RFP close date will remain unchanged, 4:30 PM EDT, 08 Apr 2026.

**************************END OF 27 MAR 2026 UPDATE************************

**********************START OF SECOND 24 MAR 2026 UPDATE***************************

Amendment 0001 and applicable amended solicitation Attachments (1 and 4) are attached herein and have been posted to the PIEE solicitation module. RFP close date is unchanged, 08 Apr 2026, 4:30 PM EDT. 

**************************END OF SECOND 24 MAR 2026 UPDATE************************

**********************START OF 24 MAR 2026 UPDATE***************************

The RFP Q&A is posted complete/final with this update. No further potential Offeror questions will be addressed. Offerors/all parties are reminded terms and conditions remain unchanged until they are formally amended to W51EW726RA004. Accordingly, Amendment 0001 is anticipated for issue by COB today, 24 Mar 2026, but no later than COB 25 Mar 2026. The amendment will NOT include any extension to the proposal response date and time as solicited, 08 Apr 2026, 4:30 PM EDT.  

**************************END OF 24 MAR 2026 UPDATE************************

**********************START OF 20 MAR 2026 UPDATE***************************

All potential Offeror questions/comments received via RFP L.1.4 are anticipated for Government response posting by 24 Mar 2026. Any amendment actions stemming from the Q&A (or Government clarifcation otherwise) will be combined into a single amendment, targeted for issue no later than 25 Mar 2026. The amendment will NOT include any extension to the proposal response date and time as solicited, 08 Apr 2026, 4:30 PM EDT.  

Please continue to monitor sam.gov and this opportunity accordingly.

**************************END OF 20 MAR 2026 UPDATE************************

**********************START OF 13 MAR 2026 UPDATE***************************

In accordance with RFP L.1.4, potential Offeror submitted questions and Government responses received to date are available at the attached "W51EW726RA004_QandA_posted as of 13Mar2026" Excel file. As noted in the file, there are responses that indicate a pending RFP amendment action, however, Offerors/all parties are reminded terms and conditions remain unchanged until they are formally amended to W51EW726RA004. That said, Amendment 0001 is anticipated for release the week of 16 Mar 2026.

Please continue to monitor sam.gov and this opportunity accordingly.

**************************END OF 13 MAR 2026 UPDATE************************

The solicitation package for Base Test Support Services (BTSS) Follow-on support to the Operational Evaluation Command (OEC) is available at the Solicitation Module of the Procurement Integrated Enterprise Environment (PIEE), https://piee.eb.mil/ for Offeror proposal action and sam.gov herein for reference. The solicitation will result in an Indefinite Delivery Indefinite Quantity (IDIQ), Cost Plus Fixed-Fee (CPFF) contract for all labor services, to include a Firm Fixed-Price (FFP) contract line-item number (CLIN) for the one (1) month Phase-in period, with cost reimbursable CLINs for Other Direct Costs (ODCs)/Travel and Contractor Acquired Property (CAP). FAR 52.217-8 will be included in the contract.

The BTSS Follow-on awardee shall provide continued contractor services necessary to support the OEC 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.

Files

Files size/type shown when available.

BidPulsar Analysis

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

Analysis is being generated for this notice. Check back shortly.

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.