Next Generation Aerospace Ground Equipment (NGAGE)

SOL #: FA853226RB001Solicitation

Overview

Buyer

DEPT OF DEFENSE
Dept Of The Air Force
FA8532 AFLCMC WNKAA
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 10-year contract, with a ceiling of $920 million, aims to establish a base of large and small businesses to modernize, source, acquire, and deliver multi-capable Aerospace Ground Equipment (AGE) for warfighter support at Robins AFB, GA, and worldwide. Proposals are due March 10, 2026, at 5:00 PM EST.

Purpose & Scope

This Request for Proposal (RFP) seeks to establish a MAC IDIQ to develop and field innovative, multi-capable AGE for the Agile Combat Support (ACS) and Aerospace Ground Equipment (AGE) section within Support Equipment & Vehicles (SE&V). The contract is intended for rapid fund execution for new solutions, design, development, testing, and implementation, rather than long-term sustainment or build-to-print acquisitions. Key requirements include demonstrated capability in OEM AGE manufacturing/delivery, digital engineering, and sustainment data delivery, integrating hardware and software, and exploring new technologies.

Contract Details

  • Contract Type: Multiple Award Indefinite Delivery-Indefinite Quantity (IDIQ)
  • Period of Performance: 10 years (2-year basic + four 2-year options)
  • Maximum Obligation (Ceiling): $920,000,000 USD for all orders
  • Minimum Obligation: $100.00 USD per awardee
  • Applicable Pricing: Cost Plus Fixed Fee (CPFF), Cost Plus Incentive Fee (CPIF), Cost Reimbursement No Fee (CRNF), Firm Fixed Price (FFP), Fixed Price Incentive Price (FPIF)
  • Set-Aside: Not explicitly set-aside, but the RFP intends to establish an awardee base of both large and small businesses. The Government reserves the right to use order-level set-asides or sole source orders to maximize small business participation.

Submission Requirements

Proposals must be submitted electronically via DoD SAFE or encrypted email by March 10, 2026, at 5:00 PM EST. Hard copies are not accepted. Proposals consist of four volumes:

  • Volume I: Completed RFP (signed RFP, amendments, DD Form 2345, Small Business Subcontracting Plan for large businesses, SPRS assessment, clause fill-ins).
  • Volume II: Technical Proposal (30-page limit, preferred as a single combined PDF, includes NGAGE Self-Scoring Matrix, up to two work samples with artifacts). The self-scoring matrix counts towards the page limit.
  • Volume III: Small Business Participation (8-page limit).
  • Volume IV: Price (Post-Award Conference pricing, DFARS 252.242-7006 compliance).

Evaluation Criteria

Award will be based on a "Technically Acceptable" source selection methodology. Proposals will be evaluated on:

  • Factor I: Technical Rating (Acceptable/Unacceptable) – Requires a minimum of two points on the NGAGE self-score matrix (one point each for OEM AGE manufacturing/delivery or design/development potential, and digital engineering/sustainment data delivery).
  • Factor II: Small Business Participation (Acceptable/Unacceptable) – Adequacy of approach for meeting Small Business Program objectives.
  • Factor III: Price Proposal (Evaluated for reasonableness at the IDIQ level; in-depth analysis at the delivery order level). Offerors must have a current Supplier Performance Risk System (SPRS) assessment score of 110 or higher, or provide a remediation plan.

Key Dates & Contacts

  • Proposal Due Date: March 10, 2026, 5:00 PM EST
  • Primary Contact: Kimberly Janssen (Contracting Officer) – kimberly.janssen@us.af.mil
  • Secondary Contact: Joe Lee (Contract Specialist) – joe.lee.4@us.af.mil
  • All communications must be via email.

People

Points of Contact

Kimberly JanssenPRIMARY
Joe LeeSECONDARY

Files

Files

Download
Download
Download
Download
Download
Download
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 6Viewing
Solicitation
Posted: Jan 22, 2026
Version 5
Solicitation
Posted: Jan 13, 2026
View
Version 4
Solicitation
Posted: Jan 7, 2026
View
Version 3
Solicitation
Posted: Jan 6, 2026
View
Version 2
Solicitation
Posted: Jan 5, 2026
View
Version 1
Solicitation
Posted: Dec 16, 2025
View