Advanced Propulsion Acquisition 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 23, 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) IDIQ, a Multiple Award Contract (MAC) aimed at rapidly developing and implementing novel propulsion technologies. This $16.1 billion opportunity supports the Air Force Life Cycle Management Center Propulsion Directorate (AFLCMC/LP) across all lifecycle phases of propulsion development. Proposals are due by April 23, 2026, at 3:00 PM local time.

Purpose & Scope

The APAC IDIQ seeks to enhance propulsion technologies from concept exploration to operations and sustainment. This includes Science & Technology (S&T), Research and Development (R&D), Test and Evaluation (T&E), integration, production, fielding, operations, sustainment, modernization, prototyping, experimentation, hardware/software modifications, propulsion design, and data mining. The contract emphasizes agile acquisition and maximizing the use of digital environments to deliver evolutionary, revolutionary, and disruptive capabilities for the U.S. Air Force and strategic partners.

Contract Details

  • Contract Type: Multiple Award Contract (MAC) Indefinite Delivery Indefinite Quantity (IDIQ)
  • Ceiling Value: $16.1 billion
  • Period of Performance: 15 years total (5-year base, 5-year option, with 15 years for work completion)
  • NAICS Code: 336412 (Aircraft Engine and Engine Parts Manufacturing)
  • Size Standard: 1500 Employees
  • Product Service Code: AC15 (National Defense R&D Svcs; Department Of Defense Military; R&D Facilities & Maj Equip)
  • Set-Aside: Open to all businesses, with Small Business Participation as a key evaluation factor. Potential for Small Business set-asides at the Delivery/Task Order level.

Submission & Evaluation

Proposals are due April 23, 2026, at 3:00 PM local time, submitted electronically via DoD SAFE. Offerors must request a DoD SAFE link at least three business days prior. Evaluation will be based on a best value assessment, with the intent to award to all qualifying offerors submitting technically acceptable proposals with fair and reasonable pricing. Key evaluation factors include:

  • Factor 1: Technical Proficiency (Acceptable/Unacceptable rating)
    • Subfactor 1: Technical Capability: Two detailed efforts demonstrating capability in propulsion lifecycle areas.
    • Subfactor 2: Propulsion Industry Relevance (PIR): One effort demonstrating 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. Offerors must be rated acceptable in all three subfactors. Proposal Organization:
  • Volume I: Contractual and Administrative Information.
  • Volume II: Technical Proficiency. Page limit for Sections 1 and 2 is 7 pages total; the SBPCD (Attachment #7) does not count towards this limit.
  • Volume III: Proposal for Delivery Order 01, including a commitment letter for a virtual Post Award Orientation Conference (PAOC) and a $1,000 fixed-price proposal for the PAOC. CMMC Certification: Prime Offerors must possess and maintain current CMMC status. Subcontractors require appropriate CMMC certification/status prior to subcontract award.

Key Amendments & Updates

The solicitation has undergone several amendments. The most recent updates (April 16, 2026) clarified ambiguities in Sections L and M, specifically regarding the Volume II page count (now 7 pages for Sections 1 and 2, SBPCD excluded) and language in Section M. Offerors may resubmit proposals, which will supersede previous submissions, but not resubmitting will not disqualify an offeror. Questions were due by April 20, 2026.

Contact Information

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
Download
Download
Download
Download
Download
Download

Versions

Version 13
Solicitation
Posted: Apr 22, 2026
View
Version 12Viewing
Solicitation
Posted: Apr 21, 2026
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 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