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 qualified large and small businesses to modernize, source, acquire, and deliver Aerospace Ground Equipment (AGE) for the Agile Combat Support (ACS) section at Robins AFB, GA, supporting worldwide air vehicle operations. The contract focuses on rapid fund execution for new solutions, not long-term sustainment. Proposals are due March 10, 2026, at 5:00 PM Eastern Standard Time.

Scope of Work

The NGAGE IDIQ will support the development and fielding of multi-capable, innovative AGE. Key requirements include demonstrated production of AGE with more than one capability, experience in Design/Development/Integration/Test/Production of Military Style AGE utilizing Digital Engineering/Model-Based Systems Engineering (MBSE), and the incorporation of digital acquisition and sustainment practices. Program management support is also required.

Contract Details

  • Contract Type: Multiple Award Indefinite Delivery-Indefinite Quantity (IDIQ)
  • Period of Performance: 10 years total (2-year basic period + four 2-year options)
  • Estimated Value: Minimum $100.00 USD per awardee; maximum $920,000,000 USD ceiling for all orders
  • Set-Aside: No specific set-aside for the IDIQ itself. The RFP intends to establish an awardee base of both large and small businesses. The Government reserves the right to use fair opportunity exclusions for small business set-asides or sole source orders at the task order level to meet small business goals.
  • 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) will be used at the order level.

Submission Requirements

Proposals must be submitted electronically by March 10, 2026, at 5:00 PM EST. A single combined PDF is highly preferred for the Technical Proposal (Volume II) and Small Business Participation (Volume III). Proposals consist of four volumes:

  • Volume I (Completed RFP): Includes signed RFP, amendments, DD Form 2345, Small Business Subcontracting Plan (for Large Businesses), SPRS assessment (score 110+ or remediation plan), and required clause fill-ins. No page limit.
  • Volume II (Technical Proposal): Limited to 30 pages, including the NGAGE Self-Scoring Matrix, cover sheets, and up to two work samples with artifacts from government contracts within the last 5 years.
  • Volume III (Small Business Participation): Limited to 8 pages, detailing methodologies for equitable small business opportunities.
  • Volume IV (Price): Includes pricing for the Post-Award Conference and compliance statements.

A current DD Form 2345 is mandatory; failure to submit will result in disqualification. Teaming agreements are acceptable and should be included in Volume I.

Evaluation Factors

Award will be based on a "Technically Acceptable" source selection process. Proposals will be evaluated on:

  • Factor I: Technical Rating: Acceptable/Unacceptable, requiring a minimum of two points on the NGAGE self-score matrix (one point each for OEM AGE manufacturing/delivery or design/development, and digital engineering/sustainment data delivery).
  • Factor II: Small Business Participation: Acceptable/Unacceptable, based on the adequacy of the approach.
  • Factor III: Price Proposal: Evaluated for reasonableness; in-depth analysis will occur at the individual delivery order level.

Additional Notes

A virtual Post Award Conference (PAC) will be held, with a minimum of $100.00 awarded to each successful offeror to cover attendance. All communications must be via email to the specified 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
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 13Viewing
Solicitation
Posted: Feb 26, 2026
Version 12
Solicitation
Posted: Feb 25, 2026
View
Version 11
Solicitation
Posted: Feb 19, 2026
View
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