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 contract aims to modernize, source, acquire, and deliver Aerospace Ground Equipment (AGE) for the Agile Combat Support (ACS) Aerospace Ground Equipment (AGE) section at Robins AFB, GA, supporting worldwide air vehicle operations. The total contract ceiling is $920,000,000. Proposals are due March 10, 2026, at 5:00 PM EST.
Purpose & Scope
This solicitation establishes a mandatory-use MAC IDIQ vehicle for the end-to-end lifecycle of AGE. Its primary purpose is the rapid execution of funds for designing, developing, testing, and implementing new AGE solutions, rather than long-term sustainment or build-to-print acquisitions. The contract will support both commercial and non-commercial requirements, focusing on multi-capable and innovative AGE, digital engineering, and modern acquisition practices. It will not include Interim Contractor Support (ICS), Contractor Logistics Support (CLS), or Advisory and Assistance Services (A&AS) at the IDIQ level.
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)
- Contract Ceiling: $920,000,000 for all orders
- Minimum Obligation: $100.00 USD per awardee
- Place of Performance: Robins AFB, GA, with worldwide support for AGE activities.
- Set-Aside: The RFP intends to establish an awardee base of both large and small businesses. The Government reserves the right to use fair opportunity exclusions at the order level to maximize small business participation and meet small business goals.
Submission Requirements
Proposals must be submitted electronically, with a single combined PDF highly preferred for technical and small business volumes. Submissions are structured into four volumes:
- Volume I (Completed RFP): No page limit. Includes signed RFP, amendments, a current DD Form 2345 (mandatory for eligibility), Small Business Subcontracting Plan (for Large Businesses), Supplier Performance Risk System (SPRS) assessment (score of 110+ or remediation plan), NGAGE List of POCs (Attachment 11), and NGAGE List of Fill-in Clauses and Provisions (Attachment 12). Signed teaming agreements can be included.
- Volume II (Technical Proposal): Limited to 30 pages, including cover sheets, tables of contents, and the self-scoring matrix. This volume must contain up to two work samples from US Government contracts within the last 5 years, substantiated with artifacts (e.g., contract number, brief SOW/PWS summary). No external attachments are permitted within Volume II.
- Volume III (Small Business Participation): Limited to 8 pages. Details methodologies for equitable small business opportunities.
- Volume IV (Price): Includes proposed pricing for the virtual Post-Award Conference (max 1-hour slot, minimum $100 awarded to cover costs) and a compliance statement for DFARS 252.242-7006.
Evaluation Criteria
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/delivery or design/development, and digital engineering/sustainment data delivery).
- Factor II: Small Business Participation (Acceptable/Unacceptable).
- Factor III: Price Proposal (Evaluated for reasonableness; in-depth cost/price analysis will occur at the individual delivery order level).
Key Dates & Contacts
- Proposal Due Date: March 10, 2026, at 5:00 PM Eastern Standard Time.
- Primary Contacts: Kimberly Janssen (Contracting Officer) at kimberly.janssen@us.af.mil and Joe Lee (Contract Specialist) at joe.lee.4@us.af.mil. All communication must be via email.