Next Generation Aerospace Ground Equipment (NGAGE)
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 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.