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 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.