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 contract aims to establish a base of both large and small businesses to modernize, source, acquire, and deliver multi-capable and innovative Aerospace Ground Equipment (AGE) for worldwide air vehicle operations. 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 for the Agile Combat Support (ACS) Aerospace Ground Equipment (AGE) section within Support Equipment & Vehicles (SE&V) at Robins AFB, GA. The primary objective is the development and fielding of multi-capable and innovative AGE, supporting air vehicle launch, recovery, and operations & maintenance (O&M) activities globally. This vehicle is intended for rapid fund execution for new solutions, not for long-term sustainment or build-to-print acquisitions.

Contract Details

  • Contract Type: Multiple Award Indefinite Delivery-Indefinite Quantity (IDIQ)
  • Period of Performance: Up to 10 years total (2-year basic period + four 2-year options)
  • Value: Minimum obligation of $100.00 USD per awardee; maximum ceiling of $920,000,000 USD for all orders
  • Place of Performance: Warner Robins, GA
  • Applicable Pricing: 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) may be used at the order level.

Submission Requirements

Proposals must be submitted electronically via DoD SAFE or encrypted email by the due date. Hard copies are not accepted. Submissions require four volumes:

  • Volume I (Completed RFP): Includes signed RFP, amendments, cover letter, DD Form 2345, Small Business Subcontracting Plan (for Large Businesses), current Supplier Performance Risk System (SPRS) assessment (score >= 110 or remediation plan), and required clause fill-ins. Teaming agreements should be included here.
  • Volume II (Technical Proposal - 30-page limit): Must include the NGAGE Self-Scoring Matrix (counts towards page limit) and up to two work samples. Work samples must demonstrate experience in either Original Equipment Manufacturer (OEM) AGE manufacturing/delivery or digital engineering/sustainment data delivery. Artifacts for substantiation should be from government contracts within the past 5 years, providing contract numbers and brief SOW/PWS summaries. Attachments are not permitted within Volume II; content must be a single combined PDF (highly preferred) or Word document.
  • Volume III (Small Business Participation - 8-page limit): Required for all offerors, detailing methodologies for equitable small business opportunities, subcontracting goals, and outreach.
  • Volume IV (Price): Includes proposed pricing for the virtual Post-Award Conference (minimum $100, $0.00 not acceptable), a compliance statement for DFARS 252.242-7006, and introductory documents regarding estimating, purchasing, and accounting systems.

Evaluation Criteria

Award will be based on a "Technically Acceptable" source selection methodology, without trade-offs. Proposals will be evaluated on three factors:

  • Factor I: Technical Rating (Acceptable/Unacceptable): Requires a minimum of two points on the NGAGE self-score matrix (one point each for Category 1: OEM AGE manufacturing/delivery or design/development potential, and Category 2: digital engineering and sustainment data delivery).
  • Factor II: Small Business Participation (Acceptable/Unacceptable): Adequacy of the approach for meeting Small Business Program objectives. Large businesses must submit a Small Business Subcontracting Plan with specific goals (e.g., 30% Small Business, 5% SDB).
  • Factor III: Price Proposal (Evaluated, not rated): Price will be evaluated for reasonableness at the MAC level, with in-depth cost/price analysis occurring at the individual delivery order level.

Key Dates & Contacts

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
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 10Viewing
Solicitation
Posted: Feb 17, 2026
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 3
Solicitation
Posted: Jan 6, 2026
View
Version 2
Solicitation
Posted: Jan 5, 2026
View
Version 1
Solicitation
Posted: Dec 16, 2025
View