Next Generation Aerospace Ground Equipment (NGAGE)

SOL #: FA853226RB001Solicitation

Overview

Buyer

ROBINS AFB, GA, 31098-1670, United States

Place of Performance

Warner Robins, GA

NAICS

Other Aircraft Parts and Auxiliary Equipment Manufacturing (336413)

PSC

Aircraft Ground Servicing Equipment (1730)

Set Aside

No set aside specified

Timeline

1
Posted
Dec 16, 2025
2
Last Updated
Mar 9, 2026
3
Submission Deadline
Mar 10, 2026, 9:00 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 Next Generation Aerospace Ground Equipment (NGAGE) Multiple Award Contract (MAC) Indefinite Delivery-Indefinite Quantity (IDIQ). This contract aims to establish a base of both large and small businesses to modernize, source, acquire, and deliver Aerospace Ground Equipment (AGE) for the Agile Combat Support (ACS) section at Robins AFB, GA. Proposals are due March 10, 2026, at 5:00 PM Eastern Standard Time.

Opportunity Overview

This Request for Proposal (RFP) seeks to establish a MAC IDIQ to support the Agile Combat Support (ACS) Aerospace Ground Equipment (AGE) section within Support Equipment & Vehicles (SE&V) at Robins AFB, GA. The NGAGE IDIQ will serve as the mandatory contract vehicle for the entire lifecycle of AGE, supporting warfighter air vehicle launch, recovery, and operations & maintenance (O&M) activities globally. The focus is on rapid fund execution for new solutions, rather than long-term sustainment or build-to-print acquisitions.

Contract Details

  • Contract Type: Multiple Award Indefinite Delivery-Indefinite Quantity (IDIQ)
  • Period of Performance: 10 years total, comprising a 2-year basic period and four 2-year options.
  • Maximum Ceiling: $920,000,000 USD for all orders issued under the contract.
  • Minimum Obligation: $100.00 USD per awardee.
  • Pricing Arrangements: May include Cost Plus Fixed Fee (CPFF), Cost Plus Incentive Fee (CPIF), Cost Reimbursement No Fee (CRNF), Firm Fixed Price (FFP), and Fixed Price Incentive Price (FPIF).
  • Place of Performance: Warner Robins, GA.

Eligibility & Set-Aside

The RFP intends to establish an awardee base of both large and small businesses. While there is no specific set-aside for the IDIQ award, the Government reserves the right to use exclusions to fair opportunity at the order level to maximize small business participation and meet small business goals through set-asides or sole source orders. Large businesses must submit a Small Business Subcontracting Plan with specific goals (e.g., 30% Small Business, 5% SDB). All offerors must submit a Small Business Participation proposal.

Submission Requirements

Proposals must be submitted electronically via DoD SAFE or encrypted email. A single combined PDF is highly preferred for the Technical Proposal (Volume II). Proposals consist of four volumes:

  • Volume I: Completed RFP (No page limit) – Includes signed RFP, amendments, DD Form 2345, Small Business Subcontracting Plan (if applicable), SPRS assessment, and required clause fill-ins.
  • Volume II: Technical Proposal (30-page limit) – Must include the NGAGE Self-Scoring Matrix and up to two work samples demonstrating experience in OEM AGE manufacturing/delivery or digital engineering/sustainment data. Work samples must be from US Government contracts within the last 5 years, substantiated with artifacts.
  • Volume III: Small Business Participation (30-page limit) – Details methodologies for equitable small business opportunities.
  • Volume IV: Price – Includes proposed pricing for the virtual Post-Award Conference ($100 minimum order for attendance) and compliance statements.
  • Key Documents: A current DD Form 2345 and the NGAGE List of POCs (Attachment 11) are mandatory and do not count towards page limits. Failure to submit DD Form 2345 will render the proposal ineligible.

Evaluation Criteria

Award will be based on a "Technically Acceptable" source selection methodology, meaning proposals will be evaluated on technical acceptability and responsibility without trade-offs. Cost/Price will be evaluated at the order level.

  • Factor I: Technical Rating (Acceptable/Unacceptable) – Requires a minimum of two points on the NGAGE self-score matrix (one point each for Category 1 and Category 2).
  • Factor II: Small Business Participation (Acceptable/Unacceptable).
  • Factor III: Price Proposal (Evaluated for reasonableness, not rated). Offerors must have a current Supplier Performance Risk System (SPRS) assessment with a score of 110 or higher, or provide a remediation plan.

Key Dates & Contacts

  • Proposal Due Date: March 10, 2026, at 5:00 PM Eastern Standard Time.
  • Primary Contact: Kimberly Janssen (Contracting Officer) at kimberly.janssen@us.af.mil.
  • Secondary Contact: Joe Lee (Contract Specialist) at joe.lee.4@us.af.mil.
  • Communication: All communication must be via email; phone calls will not be answered.

People

Points of Contact

Joe LeeSECONDARY
Kimberly JanssenPRIMARY

Files

Files

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

Versions

Version 17
Solicitation
Posted: Mar 9, 2026
View
Version 16
Solicitation
Posted: Mar 5, 2026
View
Version 15
Solicitation
Posted: Mar 3, 2026
View
Version 14
Solicitation
Posted: Mar 2, 2026
View
Version 13
Solicitation
Posted: Feb 26, 2026
View
Version 12
Solicitation
Posted: Feb 25, 2026
View
Version 11
Solicitation
Posted: Feb 19, 2026
View
Version 10
Solicitation
Posted: Feb 17, 2026
View
Version 9
Solicitation
Posted: Feb 11, 2026
View
Version 8
Solicitation
Posted: Feb 10, 2026
View
Version 7
Solicitation
Posted: Feb 10, 2026
View
Version 6
Solicitation
Posted: Jan 22, 2026
View
Version 5
Solicitation
Posted: Jan 13, 2026
View
Version 4
Solicitation
Posted: Jan 7, 2026
View
Version 3Viewing
Solicitation
Posted: Jan 6, 2026
Version 2
Solicitation
Posted: Jan 5, 2026
View
Version 1
Solicitation
Posted: Dec 16, 2025
View