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 modernize, source, acquire, and deliver innovative Aerospace Ground Equipment (AGE) for warfighter air vehicle launch, recovery, and operations & maintenance activities worldwide. The contract will establish an awardee base of both large and small businesses. Proposals are due March 10, 2026, at 5:00 PM EST.
Purpose & Scope
The NGAGE IDIQ is designed for rapid fund execution for the design, development, integration, testing, and implementation of new AGE solutions, focusing on multi-capable equipment and digital engineering/Model-Based Systems Engineering (MBSE). It is not intended for long-term sustainment or build-to-print acquisitions. Key requirements include demonstrating experience in OEM AGE manufacturing/delivery or digital engineering/sustainment data.
Contract Details
- Contract Type: Multiple Award IDIQ
- Period of Performance: 10 years (2-year basic + four 2-year options)
- Maximum Value: $920,000,000 (across all orders)
- Minimum Obligation: $100.00 per awardee (for Post-Award Conference attendance)
- Place of Performance: Robins AFB, GA
- Set-Aside: Intends to establish a base of both large and small businesses. Small business set-asides or sole source orders may be used at the order level.
Submission Requirements
Proposals must be submitted electronically via DoD SAFE or encrypted email by March 10, 2026, 5:00 PM EST. Hard copies are not accepted. The proposal consists of four volumes:
- Volume I (Completed RFP): Includes signed RFP, amendments, DD Form 2345, Small Business Subcontracting Plan (for large businesses), current SPRS assessment (score 110+ or remediation plan), and clause fill-ins. No page limit.
- Volume II (Technical Proposal): Limited to 30 pages (including self-scoring matrix, cover sheets, TOC). Must include the NGAGE Self-Scoring Matrix and up to two work samples demonstrating experience in OEM AGE manufacturing/delivery or digital engineering/sustainment data. Work sample artifacts (contract numbers, SOW/PWS summaries from past 5 years) are required. A single combined PDF is highly preferred.
- Volume III (Small Business Participation): Limited to 8 pages. Details methodologies for equitable small business opportunities.
- Volume IV (Price): Pricing for the virtual Post-Award Conference (max 1-hour slot), DFARS 252.242-7006 compliance, and introductory documents for estimating/purchasing/accounting systems.
Evaluation Factors
Award will be based on a "Technically Acceptable" source selection. Proposals will be rated Acceptable/Unacceptable for:
- Technical Factor: Requires a minimum of two points on the NGAGE self-score matrix (one point each for Category 1 and Category 2).
- Small Business Participation Factor: Adequacy of approach for meeting small business objectives. Price will be evaluated for reasonableness at the solicitation level, with in-depth analysis at the individual delivery order level.
Contact Information
All communications must be via email to Kimberly Janssen (kimberly.janssen@us.af.mil) and Joe Lee (joe.lee.4@us.af.mil).