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 (AFLCMC) is soliciting proposals for the Next Generation Aerospace Ground Equipment (NGAGE) Multiple Award Contract (MAC). This Indefinite Delivery-Indefinite Quantity (IDIQ) vehicle supports the Agile Combat Support (ACS) Aerospace Ground Equipment section at Robins AFB, GA. The program aims to modernize, source, and deliver innovative AGE solutions for aircraft launch, recovery, and maintenance worldwide. Proposals are due March 10, 2026.
Scope of Work
The NGAGE contract focuses on the rapid development and fielding of multi-capable ground equipment. Key objectives include:
- Innovation & Modernization: Designing, developing, and testing hardware/software for new or existing AGE.
- Digital Engineering: Utilizing Model-Based Systems Engineering (MBSE), Digital Materiel Management, and Agile software practices.
- Prototyping: Exploring new technologies for rapid integration on legacy and next-gen platforms through prototyping and demonstration.
- Technical Data: Delivery of technical manuals, engineering data, and supporting documentation. Note: This vehicle is intended for new solutions and rapid execution; it is not for long-term sustainment or build-to-print acquisitions.
Contract & Timeline
- Type: Multiple Award IDIQ (MAC)
- Ceiling: $920,000,000 total across all awardees
- Duration: 10 years (2-year base plus four 2-year options)
- Set-Aside: None (Open to both Large and Small Businesses)
- Response Due: March 10, 2026, at 5:00 PM EST
Evaluation Factors
Awards will be made using a Technically Acceptable source selection methodology across three factors:
- Technical Rating: Evaluated via a self-scoring matrix and two work samples (30-page limit for Volume II).
- Small Business Participation: Evaluation of subcontracting goals and outreach methodologies.
- Price: Evaluated for reasonableness; in-depth cost analysis will occur at the individual delivery order level. Offerors must have a current SPRS assessment score of 110 or provide a remediation plan.
Submission Details
Proposals must be submitted in four volumes via DoD SAFE or encrypted email. Recent clarifications emphasize that PDF is the preferred format for the Technical Proposal (Volume II). Offerors must provide a list of Points of Contact for future Fair Opportunity Proposal Requests (FOPRs).