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 $920,000,000, aims to establish a base of large and small businesses to develop, field, and modernize multi-capable aircraft ground equipment (AGE) for worldwide air vehicle launch, recovery, and operations & maintenance activities. Proposals are due March 10, 2026, at 5:00 PM EST.

Purpose & Scope

The NGAGE IDIQ is intended for rapid fund execution to design, develop, test, and implement new AGE solutions, rather than for long-term sustainment or build-to-print acquisitions. The scope includes:

  • Developing and fielding multi-capable AGE with demonstrated production capabilities.
  • Experience in Design, Development, Integration, Test, and Production of Military Style AGE, utilizing Digital Engineering/Model-Based Systems Engineering (MBSE).
  • Innovating and modernizing AGE with a minimum of two functional characteristics.
  • Exploring new technologies for rapid integration on legacy and NGAGE platforms.
  • Providing Program Management support.

Contract Details

  • Contract Type: Multiple Award IDIQ
  • Period of Performance: 10 years (2-year basic + four 2-year options)
  • Minimum Obligation: $100.00 per awardee
  • Maximum Obligation (Ceiling): $920,000,000
  • Pricing Arrangements: 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) will be determined at the order level.
  • Place of Performance: Robins AFB, GA

Set-Aside & Eligibility

This opportunity seeks to establish an awardee base comprising both large and small businesses. While there is no specific set-aside for the IDIQ itself, the Government reserves the right to use fair opportunity exclusions to maximize small business participation (e.g., set-asides or sole source orders) at the delivery order level. Small Business Participation is a key evaluation factor. Large businesses must submit a Small Business Subcontracting Plan with specific goals (30% SB, 5% SDB, 3% HUBZone, 5% WOSB, 5% SDVOSB).

Evaluation Factors

Proposals will be evaluated using a "Technically Acceptable" source selection methodology, without trade-offs. Cost/Price will be evaluated for reasonableness at the IDIQ level, with in-depth analysis at the individual delivery order level. Key factors include:

  • Technical Rating (Acceptable/Unacceptable): Requires a minimum of two points on the NGAGE self-score matrix, demonstrating experience in OEM AGE manufacturing/delivery or design/development, and digital engineering/sustainment data delivery.
  • Small Business Participation (Acceptable/Unacceptable): Based on the adequacy of the offeror's approach to meeting Small Business Program objectives.

Proposal Submission

  • Due Date: March 10, 2026, at 5:00 PM Eastern Standard Time.
  • Submission Format: Electronic submission is required. A single combined PDF is highly preferred for the Technical Proposal (Volume II).
  • Required Volumes:
    • Volume I (Completed RFP): Includes signed RFP, amendments, DD Form 2345 (email simultaneously), Small Business Subcontracting Plan (for LBs), current SPRS assessment (score 110+ or remediation plan), and required clause fill-ins (Attachment 12). No page limit.
    • Volume II (Technical Proposal): Limited to 30 pages, including the NGAGE Self-Scoring Matrix and up to two work samples from the past 5 years with substantiating artifacts.
    • Volume III (Small Business Participation): Limited to 8 pages.
    • Volume IV (Price): Includes proposed pricing for the virtual Post-Award Conference (minimum $100 order, $0.00 not acceptable) and compliance statements.
  • Contacts: Joe Lee (joe.lee.4@us.af.mil) and Kimberly Janssen (kimberly.janssen@us.af.mil). Communication is via email only.

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
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 11Viewing
Solicitation
Posted: Feb 19, 2026
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 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