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 (AFLCMC WNKAA) 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 establish a base of large and small businesses to modernize, acquire, and deliver Aerospace Ground Equipment (AGE) for warfighter air vehicle support worldwide. Proposals are due by March 10, 2026, at 5:00 PM EST.
Purpose and Scope
This IDIQ will serve as the mandatory contract vehicle 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 to rapidly execute funding for the design, development, testing, and implementation of new AGE solutions, supporting air vehicle launch, recovery, and operations & maintenance (O&M) activities. It is not intended for long-term sustainment or build-to-print acquisitions. The scope includes developing and fielding multi-capable AGE, demonstrating production of AGE with more than one capability, and integrating digital engineering/model-based systems engineering (MBSE) practices.
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)
- Maximum Obligation (Ceiling): $920,000,000 USD for all orders
- Minimum Obligation: $100.00 USD per awardee
- Pricing Arrangements: Individual delivery orders may utilize 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).
- Place of Performance: Warner Robins, GA, United States
Submission Requirements
Proposals must be submitted electronically via DoD SAFE or encrypted email by March 10, 2026, at 5:00 PM EST. Hard copy submissions are not accepted.
- Volume I (Completed RFP): No page limit. Includes signed RFP, amendments, DD Form 2345 (must be current; failure to submit renders proposal ineligible), Small Business Subcontracting Plan (for large businesses), SPRS assessment (score 110+ or remediation plan), and required clause fill-ins.
- Volume II (Technical Proposal): 30-page limit. Must include the NGAGE Self-Scoring Matrix and up to two work samples with cover sheets and artifacts. Work samples must be from US Government contracts within the last 5 years, demonstrating experience in OEM AGE manufacturing/delivery or digital engineering/sustainment data. A single combined PDF is highly preferred.
- Volume III (Small Business Participation): 8-page limit. Required for all offerors, detailing methodologies for equitable small business opportunities and outreach.
- Volume IV (Price): Includes proposed pricing for the virtual Post-Award Conference (max 1-hour slot, $100 minimum order), DFARS 252.242-7006 compliance, and introductory documents for estimating, purchasing, and accounting systems.
Evaluation Factors
Award will be based on a "Technically Acceptable" source selection methodology. Proposals will be evaluated on:
- 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/delivery and digital engineering/sustainment data).
- Factor II: Small Business Participation (Acceptable/Unacceptable) – based on the adequacy of the approach for meeting Small Business Program objectives.
- Factor III: Price Proposal (Evaluated for reasonableness, not rated at the IDIQ level; in-depth analysis at delivery order level). The Government intends to award multiple contracts and reserves the right to award without discussions.
Eligibility & Set-Aside
This opportunity aims to establish an awardee base comprised of both large and small businesses. While not a specific set-aside at the IDIQ level, the Government reserves the right to use fair opportunity exclusions at the order level to maximize small business participation and meet small business goals (e.g., set-asides or sole source orders). Large businesses must submit a Small Business Subcontracting Plan with specific goals (30% Small Business, 5% SDB, 3% HUBZone, 5% WOSB, 5% SDVOSB).
Contacts
For inquiries, contact Kimberly Janssen (kimberly.janssen@us.af.mil) or Joe Lee (joe.lee.4@us.af.mil). Communication is accepted via email only.