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 opportunity aims to establish a base of large and small businesses to modernize, source, acquire, and deliver innovative Aerospace Ground Equipment (AGE) for Agile Combat Support (ACS) at Robins AFB, GA. Proposals are due by March 10, 2026, at 5:00 PM Eastern Standard Time.

Purpose & Scope

The NGAGE MAC IDIQ will serve as a mandatory use contract vehicle for the full lifecycle of AGE, supporting warfighter air vehicle launch, recovery, and operations & maintenance activities worldwide. The primary objective is rapid fund execution for designing, developing, testing, and implementing new, multi-capable AGE solutions, rather than long-term sustainment or build-to-print acquisitions. Key requirements include demonstrated capability in OEM AGE manufacturing/delivery or design/development, and digital engineering/sustainment data delivery, incorporating digital acquisition and sustainment practices.

Contract Details

This is a Multiple Award IDIQ with a total ceiling of $920,000,000 USD for all orders. The contract has a potential 10-year period of performance, comprising a 2-year basic period and four 2-year options. A minimum obligation of $100.00 USD will be issued to each awardee. Applicable pricing arrangements include 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). The opportunity is open to both large and small businesses, with the government reserving the right to use set-asides at the order level to maximize small business participation.

Submission Requirements

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

  • Volume I (Completed RFP): Includes signed RFP, amendments, DD Form 2345 (current, mandatory), Small Business Subcontracting Plan (for Other Than Small Businesses), Supplier Performance Risk System (SPRS) score (110 or remediation plan), and required clause fill-ins. This volume has no page limit.
  • Volume II (Technical Proposal): Limited to 30 pages (including cover, table of contents, and self-scoring matrix). A single combined PDF is highly preferred. It must include up to two work samples from the past 5 years (US Government contracts, prime performance, substantiated with artifacts). No external attachments are permitted within this volume.
  • Volume III (Small Business Participation): Limited to 8 pages. Details methodologies for equitable small business opportunities, subcontracting goals, and outreach.
  • Volume IV (Price): Includes proposed pricing for a virtual Post-Award Conference (max 1-hour slot, cost realism, minimum $100 order), DFARS 252.242-7006 compliance, and introductory documents for estimating/purchasing/accounting systems. Additionally, the NGAGE List of POCs (Attachment 11) and NGAGE List of Fill-in Clauses and Provisions (Attachment 12) must be submitted and do not count towards page limits.

Evaluation Factors

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 OEM AGE manufacturing/design/development and digital engineering/sustainment data delivery).
  • Factor II: Small Business Participation (Acceptable/Unacceptable) – Assesses the adequacy of the approach for meeting Small Business Program objectives.
  • Factor III: Price Proposal (Evaluated for reasonableness, not rated) – In-depth cost/price analysis will occur at the individual delivery order level.

Key Action Items

Ensure DD Form 2345 is current and submitted, as failure to do so may render the proposal ineligible. Work samples must be from the prime contractor's performance on US Government contracts within the last five years. All communications must be via email to Joe Lee (joe.lee.4@us.af.mil) and Kimberly Janssen (kimberly.janssen@us.af.mil).

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
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 14Viewing
Solicitation
Posted: Mar 2, 2026
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 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