Advanced Propulsion Aquisition Contract (APAC) IDIQ

SOL #: FA862626RB002Solicitation

Overview

Buyer

DEPT OF DEFENSE
Dept Of The Air Force
FP2042 AFLCMC LPA
WPAFB, OH, 45433-7017, United States

Place of Performance

Dayton, OH

NAICS

Aircraft Engine and Engine Parts Manufacturing (336412)

PSC

National Defense R&D Svcs; Department Of Defense Military; R&D Facilities & Maj Equip (AC15)

Set Aside

No set aside specified

Timeline

1
Posted
Mar 3, 2026
2
Last Updated
Apr 22, 2026
3
Submission Deadline
Apr 13, 2026, 7:00 PM

Qualification Details

Fit reasons
  • NAICS alignment with historical contract wins in similar service areas.
  • Scope strongly matches core technical capabilities and delivery model.
Risks
  • Past performance thresholds may require one additional teaming partner.
  • Potential clarification needed on staffing minimums before bid/no-bid.
Next steps

Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.

Quick Summary

The Department of the Air Force is soliciting proposals for the Advanced Propulsion Acquisition Contract (APAC) Multiple Award Contract (MAC) Indefinite Delivery Indefinite Quantity (IDIQ). This opportunity, with a $16.1 billion ceiling and a 15-year total period of performance, aims to rapidly develop and implement novel propulsion technologies for the Air Force Life Cycle Management Center Propulsion Directorate (AFLCMC/LP). Proposals are due April 13, 2026, at 3:00 PM EST.

Purpose & Scope

The APAC IDIQ is designed to provide agile and rapid acquisition for propulsion enterprise program requirements. It covers the full lifecycle of propulsion development, including technology maturation, concept development, integration, procurement, production, fielding, operations, and sustainment. Key areas include Science & Technology (S&T), Research and Development (R&D), Test and Evaluation (T&E), Modernization, Prototyping, Experimentation, Hardware/Software Modifications, Propulsion Design (including air-breathing or alternatively powered propulsion), and Data Mining/Analysis. The scope is broad, covering aircraft propulsion but explicitly excluding Solid Rocket Motors and Advisory and Assistance Services (A&AS).

Contract Details

This is a MAC IDIQ contract with a total ceiling of $16.1 billion. The total Period of Performance is fifteen (15) years, comprising a five-year base, a five-year option, and an additional five years for work completion. Delivery Orders (DOs) and Task Orders (TOs) will be competitively awarded using FAR 16.505(b)(1) fair opportunity processes or sole-sourced per FAR 16.505(b)(2). Various contract types, including Firm Fixed Price, Fixed Price Incentive Firm, Cost Plus Fixed Fee, and Cost, may be used at the DO/TO level. The minimum guarantee will be the negotiated price of Delivery Order 1 (DO1), which is a fixed price of $1,000 for participation in a virtual Post Award Orientation Conference (PAOC).

Eligibility & Set-Aside

This solicitation is open to all small and non-small (large) companies. While not a specific set-aside, there is a significant emphasis on small business participation. All offerors must complete a Small Business Participation Commitment Document (SBPCD), which is an evaluation factor. Non-small businesses must also submit a Small Business Subcontracting Plan. Foreign firms or U.S. companies with Foreign Ownership, Control, or Influence (FOCI) may participate, but limitations may apply to future DO/TO competitions. The NAICS code is 336412 (Engines & Engine Parts) with a size standard of 1,500 employees. Prime Offerors must possess their own CMMC certification, and subcontractors require CMMC certification or status prior to the award of work from the Prime.

Proposal Requirements & Evaluation

Proposals must be submitted electronically via DoD SAFE and are due by April 13, 2026, at 3:00 PM EST. They should be organized into three volumes:

  • Volume I: Contractual and Administrative Information.
  • Volume II (Technical Proficiency): Includes Subfactor 1 (Technical Capability – two detailed efforts within the past five years), Subfactor 2 (Propulsion Industry Relevance – one effort within the past five years), and Subfactor 3 (Small Business Participation Commitment Document). The SBPCD counts towards the 12-page limit for Volume II.
  • Volume III: Proposal for Delivery Order 01 (DO1), including a commitment letter for a virtual PAOC and a $1,000 fixed-price proposal using the provided template.

Proposals will be evaluated for technical acceptability, not ranked. An acceptable rating is required for all three subfactors. Subfactors 1 and 2 are of equal importance and significantly more important than Subfactor 3. The Government may award based on initial proposals without discussions.

Key Dates & Contacts

People

Points of Contact

Tanner AlleyPRIMARY
Capt Caelan CampbellSECONDARY

Files

Files

Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download

Versions

Version 13
Solicitation
Posted: Apr 22, 2026
View
Version 12
Solicitation
Posted: Apr 21, 2026
View
Version 11
Solicitation
Posted: Apr 16, 2026
View
Version 10
Solicitation
Posted: Apr 14, 2026
View
Version 9
Solicitation
Posted: Apr 14, 2026
View
Version 8
Solicitation
Posted: Apr 7, 2026
View
Version 7Viewing
Solicitation
Posted: Apr 7, 2026
Version 6
Solicitation
Posted: Apr 2, 2026
View
Version 5
Solicitation
Posted: Apr 1, 2026
View
Version 4
Solicitation
Posted: Mar 27, 2026
View
Version 3
Solicitation
Posted: Mar 19, 2026
View
Version 2
Solicitation
Posted: Mar 16, 2026
View
Version 1
Solicitation
Posted: Mar 3, 2026
View