Advanced Propulsion Acquisition 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 is soliciting proposals for the Advanced Propulsion Acquisition Contract (APAC) IDIQ, a Multiple Award Contract (MAC) with a $16.1 billion ceiling over 15 years. This opportunity seeks to rapidly develop and implement novel propulsion technologies and system concepts across all lifecycle phases. Proposals are due April 23, 2026, at 3:00 PM EST.
Purpose & Scope
The APAC IDIQ aims to provide the Air Force Life Cycle Management Center Propulsion Directorate (AFLCMC/LP) with an agile acquisition vehicle for propulsion enterprise program requirements. The scope encompasses enhancing propulsion technologies throughout their lifecycle, including Science & Technology, Research and Development, Test and Evaluation, Integration, Production, Fielding, Operations and Sustainment, Modernization, Prototyping, Experimentation, Hardware/Software Modifications, Propulsion Design, and Data Mining.
Contract Details
This is a Multiple Award Indefinite Delivery Indefinite Quantity (IDIQ) contract with a total ceiling of $16.1 billion. The total Period of Performance is 15 years (a 5-year base ordering period, a 5-year option ordering period, and an additional 5 years for task order completion). Delivery Orders (DOs) and Task Orders (TOs) will be competitively awarded, with various contract types possible. The minimum guarantee will be the negotiated price of Delivery Order 1, which is a fixed price of $1,000 for a Post Award Orientation Conference (PAOC).
Submission Requirements & Evaluation
Proposals are due April 23, 2026, at 3:00 PM EST, submitted electronically via DoD SAFE (request link three business days prior). Offerors must resubmit their entire proposal if making changes in response to Amendment 1. Evaluation will be based on Factor 1: Technical Proficiency, rated Acceptable/Unacceptable, comprising three subfactors:
- Subfactor 1: Technical Capability (two efforts, past five years, addressing at least two tasks).
- Subfactor 2: Propulsion Industry Relevance (PIR) (one effort, past five years).
- Subfactor 3: Small Business Participation Commitment Document (SBPCD). Subfactors 1 and 2 are equally important and significantly more important than Subfactor 3. The Government intends to award to all qualifying technically acceptable proposals with fair and reasonable pricing and may do so without discussions. Proposal organization includes Volume I (Contractual/Administrative), Volume II (Technical Proficiency, with a 7-page limit for Sections 1 and 2, and the SBPCD not counting towards this limit), and Volume III (DO1 Proposal).
Key Updates & Clarifications
Amendment 1 was issued to address ambiguities in Sections L and M, clarifying the Volume II page count (7 pages for Sections 1 and 2, SBPCD excluded) and amending language in Section M. Offerors must possess a current CMMC certification for systems handling FCI/CUI, and subcontractors require CMMC prior to subcontract award. An editable SF33 has been provided. All questions must be submitted by April 20, 2026, at 4:00 PM EST.
Eligibility & Set-Aside
This opportunity is open to all small and non-small (large) companies. While there is no specific set-aside, the Small Business Participation Commitment Document (SBPCD) is a mandatory evaluation factor for all offerors. Non-small businesses must also submit a Small Business Subcontracting Plan. The NAICS code is 336412 (Aircraft Engine and Engine Parts Manufacturing) with a 1500-employee size standard.
Contact Information
Primary Point of Contact: Tanner Alley (tanner.alley@us.af.mil). Secondary Point of Contact: Capt Caelan Campbell (caelan.campbell.1@us.af.mil).