Advanced Propulsion Aquisition Contract (APAC) IDIQ
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
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, AFLCMC/LP, is soliciting proposals for the Advanced Propulsion Acquisition Contract (APAC) IDIQ, a Multiple Award Contract (MAC) Indefinite Delivery Indefinite Quantity (IDIQ) with a $16.1 billion ceiling. This opportunity aims to rapidly develop novel propulsion capabilities and advance new technologies for the USAF and strategic partners across all lifecycle phases. Proposals are due April 13, 2026, at 3:00 PM EST.
Scope of Work
The APAC IDIQ focuses on the enhancement of propulsion technology throughout its entire lifecycle, from concept exploration to operations and sustainment. This includes:
- Science and Technology (S&T), Research and Development (R&D), Test and Evaluation (T&E)
- Integration and Assembly, Production and Fielding, Operations and Sustainment (O&S)
- Modernization, Prototyping, Experimentation, Hardware and Software Modifications
- Propulsion Design, Data Mining, Collection, and Analysis The scope specifically covers aircraft propulsion, including low noise counter rotating ducted fans, but excludes solid rocket motors.
Contract Details
- Contract Type: Multiple Award Contract (MAC) Indefinite Delivery Indefinite Quantity (IDIQ)
- Ceiling: $16.1 billion
- Period of Performance: 15 years total (5-year base ordering period, 5-year option ordering period, plus 5 years for work completion)
- NAICS Code: 336412 (Engines & Engine Parts) with a 1,500-employee size standard
- Product Service Code: AC15 (National Defense R&D Svcs; Department Of Defense Military; R&D Facilities & Maj Equip)
- Place of Performance: Dayton, OH, United States
- Contract Types: Delivery Orders (DOs) and Task Orders (TOs) may utilize various types, including Firm Fixed Price, Fixed Price Incentive Firm, Cost Plus Fixed Fee, and Cost.
Eligibility & Set-Aside
This solicitation is open to all small and non-small (large) companies. All offerors must complete a Small Business Participation Commitment Document (SBPCD), which is an evaluation factor. Non-small businesses are also required to submit a Small Business Subcontracting Plan. Section 8(a) award provisions are included, and future Fair Opportunity Proposal Requests (FOPRs) may be set aside for Small Businesses. Only one proposal is authorized per parent CAGE code.
Proposal Requirements & Evaluation
Proposals will be evaluated for technical acceptability, with awards made to all qualifying offerors. The evaluation focuses on Factor 1: Technical Proficiency, which includes three subfactors:
- Subfactor 1: Technical Capability: Two detailed efforts demonstrating capability in relevant areas.
- Subfactor 2: Propulsion Industry Relevance (PIR): One effort demonstrating prior experience in propulsion-relevant technologies.
- 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. CMMC Certification: The Prime Offeror must possess and maintain a current CMMC status for all information systems handling FCI or CUI. Subcontractors must also have an appropriate CMMC certificate or status prior to subcontract award. Proposals must be organized into three volumes: Contractual/Administrative, Technical Proficiency, and a proposal for Delivery Order 01 (DO1) with a fixed price of $1,000 for a post-award orientation conference. The SBPCD (6 pages) counts towards the 12-page limit for Volume II (Subfactors 1 & 2 combined).
Key Dates & Contacts
- Proposal Due Date: April 13, 2026, 3:00 PM EST. No extensions will be granted.
- Submission Method: Electronic via DoD SAFE. Offerors must request a DoD SAFE link at least three business days prior to the submission date.
- Primary Contacts: Tanner Alley (tanner.alley@us.af.mil) and Capt Caelan Campbell (caelan.campbell.1@us.af.mil).