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 Life Cycle Management Center Propulsion Directorate (AFLCMC/LP) has issued a Solicitation for the Advanced Propulsion Acquisition Contract (APAC) IDIQ. This Multiple Award Contract (MAC) Indefinite Delivery Indefinite Quantity (IDIQ) aims to rapidly develop and implement novel propulsion technologies and system concepts for the U.S. Air Force and strategic partners. The contract has a $16.1 billion ceiling over a 15-year total period of performance. Proposals are due April 13, 2026, at 3:00 PM EST.

Scope of Work

The APAC IDIQ covers all lifecycle phases of propulsion development, from technology maturation and concept development to integration, procurement, production, fielding, operations, and sustainment. Key areas include:

  • Science and Technology (S&T), Research and Development (R&D), Test and Evaluation (T&E)
  • Integration, Production, Fielding, Operations, and Sustainment (O&S)
  • Modernization, Prototyping, Experimentation, Hardware/Software Modifications
  • Propulsion Design, Data Mining, Collection, and Analysis The scope is broad, encompassing the propulsion enterprise, including air-breathing or alternatively powered propulsion, but explicitly excludes Solid Rocket Motors.

Contract Details

  • Contract Type: Multiple Award IDIQ
  • Ceiling: $16.1 billion
  • Period of Performance: 15 years total (5-year base, 5-year option, 5 years for work completion). The ordering period is 10 years.
  • NAICS: 336412 (Engines & Engine Parts), Size Standard: 1,500 employees
  • Product Service Code: AC15
  • Set-Aside: This opportunity is open to all small and non-small (large) companies. Small Business Participation Commitment is a key evaluation factor, and non-small businesses must submit a Subcontracting Plan. Task Orders may be set aside for small businesses.
  • Place of Performance: Dayton, OH, and other locations as defined by individual Delivery/Task Orders.
  • Minimum Guarantee: The negotiated price of Delivery Order 1 (DO1) base.

Submission & Evaluation

  • Proposal Due Date: April 13, 2026, 3:00 PM EST. No extensions will be granted.
  • Submission Method: Electronic via DoD SAFE (request link at least 3 business days prior). Proposals must be organized into separate PDF files for each volume.
  • Evaluation Factors: Proposals will be evaluated for technical acceptability, not ranked. An acceptable rating is required for all three subfactors under Factor 1: Technical Proficiency:
    • Subfactor 1 (Technical Capability): Two detailed efforts demonstrating capability within the last five years.
    • Subfactor 2 (Propulsion Industry Relevance): One effort demonstrating prior experience in propulsion-relevant technologies within the last five years.
    • Subfactor 3 (Small Business Participation Commitment Document - SBPCD): A realistic and credible approach to small business utilization.
  • Subfactors 1 and 2 are equally important and significantly more important than Subfactor 3. The Government reserves the right to award without discussions.
  • Initial Delivery Order (DO1): A $1,000 fixed-price DO will be awarded concurrently for participation in a virtual Post-Award Orientation Conference (PAOC) and a 30-minute capabilities briefing.
  • CMMC: Prime Offerors must possess and maintain a current CMMC certification. Subcontractors require CMMC status prior to award of work from the Prime.

Key Requirements

Offerors must complete Sections A-J as applicable. Volume II (Technical Proficiency) has a 12-page limit, which includes the 6-page SBPCD. An editable SF33 has been provided.

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
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 8Viewing
Solicitation
Posted: Apr 7, 2026
Version 7
Solicitation
Posted: Apr 7, 2026
View
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