(RFI) Advanced Propulsion Acquistion Contract (APAC) Multiple Award Contract (MAC) Indefinite Delivery Indefinite Quantity (IDIQ) Contract

SOL #: FA8626-25-R-B008Pre-Solicitation

Overview

Buyer

DEPT OF DEFENSE
Dept Of The Air Force
FP2042 AFLCMC LPA
WPAFB, OH, 45433-7017, United States

Place of Performance

Dayton, OH

NAICS

No NAICS code specified

PSC

National Defense R&D Svcs; Department Of Defense Military; R&D Facilities & Maj Equip (AC15)

Set Aside

No set aside specified

Timeline

1
Posted
Sep 30, 2025
2
Last Updated
Mar 16, 2026
3
Response Deadline
Jul 30, 2026, 8:00 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 Life Cycle Management Center Propulsion Directorate (AFLCMC/LP) has released a Draft Request for Proposal (RFP) for the Advanced Propulsion Acquisition Contract (APAC), a Multiple Award Contract (MAC) Indefinite Delivery Indefinite Quantity (IDIQ) vehicle. This Unrestricted opportunity seeks to rapidly develop and implement novel propulsion technologies and system concepts for the U.S. Air Force and strategic partners across all lifecycle phases. While this is a draft for industry review, the draft proposal due date is March 17, 2026, at 05:00 PM Local Time. The government is not soliciting questions or comments on this draft at this time, with a final RFP targeted for Q1 2026.

Purpose & Scope

The APAC MAC IDIQ is designed to provide AFLCMC/LP with the capacity to rapidly develop technologies for novel propulsion capabilities, implement unique solutions, and advance new technologies and system concepts that offer evolutionary, revolutionary, and disruptive capabilities. The scope encompasses all lifecycle phases of propulsion development, including Science and Technology (S&T), Research and Development (R&D), Test and Evaluation (T&E), integration, procurement, production, fielding, operations, and sustainment, maximizing the use of the digital environment. This includes program management, logistics, systems engineering, configuration management, production, security (up to TS//SCI//SAR), cybersecurity, and data management.

Contract Details

This is an Unrestricted Multiple Award IDIQ contract. The ordering period is anticipated to be 10 years, with a total period of performance of 15 years. Specific prices, contract types (e.g., FFP, FPIF, CPFF, Cost), delivery requirements, and periods of performance will be determined at the Delivery Order (DO)/Task Order (TO) level. An initial Delivery Order (DO1) will be awarded concurrently with the basic contract, with a fixed price of $1,000 for participation in a virtual Post Award Orientation Conference (PAOC). The minimum guarantee will be the negotiated price of DO1. On-ramping and off-ramping clauses are included, allowing the government to add or remove contractors to maintain competition and performance.

Submission & Evaluation

Offerors are required to submit proposals electronically via DoD SAFE. The draft RFP outlines a three-volume proposal structure:

  • Volume I: Contractual and Administrative Information.
  • Volume II: Technical Proficiency, requiring two efforts for Technical Capability and one for Propulsion Industry Relevance (PIR) from the past five years.
  • Volume III: Proposal for Delivery Order 01 (DO1), including a commitment and pricing for the PAOC. Proposals will be evaluated on an acceptable/unacceptable basis for Factor 1: Technical Proficiency, which includes three subfactors: Technical Capability, Propulsion Industry Relevance, and a Small Business Participation Commitment Document (SBPCD). Subfactors 1 and 2 are of equal importance and significantly more important than Subfactor 3. All three subfactors must be rated acceptable for eligibility. A Small Business Subcontracting Plan (SBSP) is required for other than small businesses.

Key Updates & Notes

This release serves as a Draft RFP for industry awareness; the government is not soliciting questions or comments at this time. The final RFP is targeted for release in Q1 2026, with an anticipated 30 days for proposal development. Offerors should monitor SAM.gov for future updates. Classified submissions are not permitted for the initial proposal and DO1, but may be required for future DOs/TOs. The BOX platform will be the primary method for FOPR postings.

People

Points of Contact

Tanner AlleyPRIMARY
Capt Caelan CampbellSECONDARY

Files

Files

Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download

Versions

Version 7
Pre-Solicitation
Posted: Mar 16, 2026
View
Version 6Viewing
Pre-Solicitation
Posted: Feb 5, 2026
Version 5
Pre-Solicitation
Posted: Dec 12, 2025
View
Version 4
Pre-Solicitation
Posted: Dec 12, 2025
View
Version 3
Pre-Solicitation
Posted: Oct 8, 2025
View
Version 2
Pre-Solicitation
Posted: Oct 2, 2025
View
Version 1
Pre-Solicitation
Posted: Sep 30, 2025
View