(RFI) Advanced Propulsion Acquistion Contract (APAC) Multiple Award Contract (MAC) Indefinite Delivery Indefinite Quantity (IDIQ) Contract
ID: FA8626-25-R-B008Type: Presolicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFP2042 AFLCMC LPAWPAFB, OH, 45433-7017, USA

PSC

NATIONAL DEFENSE R&D SVCS; DEPARTMENT OF DEFENSE - MILITARY; R&D FACILITIES & MAJ EQUIP (AC15)
Timeline
    Description

    The Department of Defense, specifically the Department of the Air Force, is issuing a Request for Information (RFI) for the Advanced Propulsion Acquisition Contract (APAC), a Multiple Award Contract (MAC) Indefinite Delivery Indefinite Quantity (IDIQ) aimed at enhancing propulsion technologies for the U.S. Air Force. This contract seeks to rapidly develop and implement innovative propulsion capabilities across all lifecycle phases, including technology maturation, concept development, and sustainment, thereby ensuring the Air Force can meet current and future propulsion system requirements effectively. The APAC is critical for advancing novel propulsion technologies and solutions that support national defense objectives. Interested parties are encouraged to submit their responses to the RFI by October 15, 2025, with feedback on the draft RFP being particularly valuable for shaping the final solicitation. For further inquiries, contact Tanner Alley at tanner.alley@us.af.mil or Capt Caelan Campbell at caelan.campbell.1@us.af.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The Department of the Air Force's Air Force Life Cycle Management Center (AFLCMC) has issued a Request for Information (RFI) for the Advanced Propulsion Acquisition Contract (APAC) Multiple Award Contract (MAC) Indefinite Delivery Indefinite Quantity (IDIQ). This RFI seeks to gather information for planning purposes and does not constitute a Request for Proposal (RFP). The APAC MAC IDIQ aims to provide the AFLCMC Propulsion Directorate with capabilities for rapid technology development, innovative solutions, and advancement of new propulsion technologies across all lifecycle phases. Responses to the RFI will inform the development of the APAC MAC IDIQ RFP. The government is seeking feedback on a 30-business day response timeframe for the future RFP and comments on a Draft RFP. Responses are limited to ten pages, due by October 15, 2025, and must be submitted electronically to the specified Procurement Contracting Officers.
    The Advanced Propulsion Acquisition Contract (APAC) Industry User Guide outlines procedures for awarding orders under a Multiple Award Contract (MAC) Indefinite Delivery Indefinite Quantity (IDIQ) agreement. Governed by FAR 16.505, it details the fair opportunity process for contractors, including the issuance of Fair Opportunity Proposal Requests (FOPRs) via a Box platform. The guide specifies exceptions to fair opportunity, such as urgency or sole-source requirements. Evaluation criteria for awards typically include technical approach/risk, price/cost, and past performance. It also covers proposal submission requirements, emphasizing technical and cost/price components, and outlines government interactions with industry and issue resolution. The document stresses that contractors bear proposal preparation costs and are not authorized to commence work without a signed order.
    This government solicitation, identified as FA862625RB008, is a DRAFT Women-Owned Small Business (WOSB) Indefinite Delivery/Indefinite Quantity (IDIQ) contract for commercial products and services. The core purpose is the enhancement of propulsion technologies across their entire lifecycle, from concept exploration to operations and sustainment, encompassing research, development, test, evaluation, production, fielding, and modeling and simulation. The contract has a total period of performance of fifteen years, with a five-year base period and a five-year option period. It outlines various contract types for delivery orders, including Firm Fixed Price, Cost Plus Fixed Fee, and others. The document details numerous Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) clauses pertaining to inspection, acceptance, delivery, performance, contract administration, and general contract clauses, emphasizing compliance with government regulations for security, payment, and ethical conduct. Key clauses include those on Wide Area WorkFlow (WAWF) payment instructions, economic price adjustment, and allowable costs.
    This government file outlines requirements for prime contractor size, socioeconomic categories, and small business participation in federal contracts. It details a Minimum Quantitative Requirement (MQR) for various small business categories, including Small Disadvantaged, Woman-Owned, HUBZone, Veteran-Owned, and Service-Disabled Veteran-Owned businesses, specifying their percentage of the total contract value. The document also mandates the listing of small business participants, their categories, products/services, NAICS codes, and the nature of their commitment, emphasizing that changes require Contracting Officer approval. This ensures compliance with federal small business contracting goals.
    The provided PDF document is protected and cannot be viewed with the current reader. It explicitly states that a different, compatible PDF reader is required to access its content, as the document is protected by Microsoft Office. Therefore, the main topic, key ideas, and supporting details of the document cannot be determined or summarized at this time.
    The Advanced Propulsion Acquisition Contract (APAC) outlines a Multiple Award Contract (MAC) Indefinite Delivery Indefinite Quantity (IDIQ) Contract Data Requirements List (CDRL). This draft solicitation, FA8626-25-R-B008, from the Propulsions Directorate, Advanced Propulsion Development (APD) Division, sets forth standardized data delivery requirements for contractors. The document details instructions for data preparation, transmittal methods, submittal approvals, revisions, and documentation marking in accordance with DoD and Air Force instructions. It emphasizes using best commercial practices and provides a comprehensive list of over 100 possible data items, ranging from acquisition and sustainment data packages to technical reports and safety assessments. The CDRL ensures clear and unambiguous delineation of the Government's minimum essential data needs, consolidating all data requirements in one place for efficient contract management.
    The United States Air Force Life Cycle Management Center Propulsion Directorate (AFLCMC/LP) has issued a Statement of Work (SOW) for the Advanced Propulsion Acquisition Contract (APAC), a Multiple Award Contract (MAC) Indefinite Delivery Indefinite Quantity (IDIQ). This contract aims to rapidly develop, implement, and advance novel propulsion technologies and system concepts for the U.S. Air Force, covering all lifecycle phases from technology maturation to sustainment. The scope includes science and technology, research and development, test and evaluation, integration, production, modernization, prototyping, experimentation, and data analysis. Tasks will be defined at the Delivery/Task Order (DO/TO) level and may encompass program management, logistics, systems engineering (including configuration management), test and evaluation, production, security (personnel, facility, and operational), and cybersecurity. The contract emphasizes digital engineering, data management, and the government's intention to acquire unlimited data rights for developed solutions, with specific requirements detailed at the DO/TO level.
    The government reserves the right to add (on-ramp) or remove (off-ramp) contractors during the term of the Indefinite Delivery Indefinite Quantity (IDIQ) contract. On-ramping, which may occur during years two, five, seven, and as needed, will be advertised on SAM.gov, with new awardees meeting the same criteria as the initial Advanced Propulsion Acquisition Contract (APAC) solicitation. This process aims to enhance competition, especially if existing competition is weak or the number of original awardees shrinks. Existing contractors will be notified of any updated clauses. Off-ramping allows the government to remove non-performing contractors, for reasons including contract expiration, debarment, or termination. Contractors removed via off-ramping will have no active task orders. For any government breach, the contractor's sole remedy is limited to termination for convenience damages, task order proposal costs, task order award, or reinstatement, excluding expectancy or consequential damages.
    The Advanced Propulsion Acquisition Contract (APAC) is a Multiple Award, Indefinite Delivery Indefinite Quantity (IDIQ) contract aimed at providing an agile and rapid acquisition vehicle for propulsion enterprise program requirements. This solicitation, FA8626-25-R-B008, outlines instructions for offerors, emphasizing that no award will be made until funds are available and the government reserves the right to change the number of awards or cancel the solicitation. Proposals are encouraged to be submitted early for incremental evaluation. The document details proposal organization, page limits, and submission requirements, including three main volumes: Contractual and Administrative Information, Technical Proficiency (requiring two technical capability efforts and one propulsion industry relevance effort), and a Proposal for Delivery Order 01 (DO1) for a Post Award Orientation Conference. Key contractual aspects, such as foreign firm participation, OCI plans, and small business subcontracting plans, are also addressed. The proposal for DO1 must include a commitment letter and a firm-fixed price of $1,000.
    The Advanced Propulsion Acquisition Contract (APAC) Multiple Award Contract (MAC) Indefinite Delivery Indefinite Quantity (IDIQ) is for the United States Air Force Life Cycle Management Center Propulsion Directorate (AFLCMC/LP). It aims to rapidly develop and implement novel, innovative, and disruptive propulsion technologies and system concepts. The contract covers all lifecycle phases from technology maturation to sustainment, emphasizing rapid response and digital environment maximization. Delivery Order (DO) 1 specifically outlines requirements for contractors, including attending a post-award orientation conference and providing a 30-minute briefing on their propulsion capabilities, future areas of technology, and company strengths. Presentation materials must be submitted five business days prior to the conference. Various applicable documents, including Air Force instructions and Department of Defense directives, govern this contract.
    The Advanced Propulsion Acquisition Contract (APAC) solicitation (FA8626-25-R-B008) outlines the evaluation factors for awarding multiple Indefinite Delivery Indefinite Quantity (IDIQ) contracts. The government will utilize FAR Subpart 15.3 and DoD Source Selection Procedures to award contracts to all qualifying offerors who submit technically acceptable proposals. Proposals will be evaluated on Factor 1: Technical Proficiency, which includes Subfactor 1: Technical Capability, Subfactor 2: Propulsion Industry Relevance (PIR), and Subfactor 3: Small Business Participation Commitment Document (SBPCD). Technical Capability and PIR are equally important and significantly more important than SBPCD. Offerors must demonstrate an "Acceptable" rating in all subfactors to be eligible for award, providing detailed examples of past work in propulsion-relevant technologies. Compliance with other requirements, such as Organizational Conflict of Interest (OCI) Plans and Small Business Subcontracting Plans, is also mandatory. The initial Delivery Order (DO1) requires a $1,000 commitment for a post-award orientation conference.
    Similar Opportunities
    FY26 NAWCAD Propulsion and Power Technology Development Program Broad Agency Announcement (BAA)
    Buyer not available
    The Department of Defense, through the Naval Air Warfare Center Aircraft Division (NAWCAD), is soliciting proposals for the Fiscal Year 2026 Propulsion and Power Technology Development Program under a Broad Agency Announcement (BAA). The program aims to advance research and development in key areas such as Advanced Aircraft Electrical Power Systems, Fuel and Lubricant Technology, Aircraft Operational Energy Technology, Condition Based Maintenance, and Advanced Propulsion System Technology. This initiative is critical for enhancing the Navy's capabilities in propulsion and power systems for naval air vehicles. Interested parties must submit white papers by September 30, 2026, to Stacey Stone or Josephine F. Washington, with evaluations based on scientific merit, potential contributions to Navy objectives, and cost realism. Funding for resultant contracts will depend on availability, and the Navy encourages participation from small businesses and minority institutions.
    ESCAPE SaaS Request for Information (RFI)
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is conducting a Request for Information (RFI) to identify potential sources for the Enterprise Supply Chain Analysis Planning & Execution (ESCAPE) Software as a Service (SaaS) Follow-on Contract. The primary objective is to procure a product contract that focuses on providing PTC Service Parts Management (SPM) SaaS capabilities for IL5 and IL6, along with additional services for training, analysis, configuration, and Tier 1-3 help desk support. This initiative is crucial for enhancing the Air Force's supply chain management capabilities and ensuring efficient operations. Interested parties are encouraged to respond by 4:00 PM Central Time on December 19, 2025, and should direct inquiries to Matthew Tonay at matthew.tonay.1@us.af.mil or Megan Donaghe at megan.donaghe@us.af.mil.
    Air Force Weapons Research, Development and Test
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking to award a contract for the Air Force Weapons Research, Development, and Test initiative. This procurement aims to engage the Johns Hopkins University Applied Physics Laboratory (JHU/APL) to conduct fundamental, applied, and advanced research that will facilitate the development of both kinetic and non-kinetic weapon technologies. The research is critical for enhancing national defense capabilities and ensuring the advancement of military technologies. Interested parties can reach out to primary contact Jace Hilton at jace.hilton@us.af.mil or secondary contact Vincent Pitts at vincent.pitts@us.af.mil for further information regarding this opportunity.
    Request for Information (RFI) to Support Enterprise Payload Processing Management Facility Support
    Buyer not available
    The Department of Defense, specifically the United States Space Force (USSF), is seeking industry feedback through a Request for Information (RFI) regarding commercial Payload Processing Facility (PPF) support services as part of its Enterprise Payload Processing Management (EPPM) initiative. The objective of this RFI is to gather insights on current and projected PPF capabilities, services, and limitations to optimize the management and procurement of these services for USSF Space Vehicle (SV) processing, which is currently fragmented across individual program offices. This effort is crucial for enhancing the efficiency of payload processing and improving scheduling across various missions, including National Security Space, civil, and commercial operations. Interested parties should submit their responses by December 12, 2025, and can direct inquiries to Isabel Shvartsman at isabel.shvartsman@spaceforce.mil or Irma Seferi at irma.seferi@spaceforce.mil.
    F-15E Radar Modernization Program (RMP) Non-Radar Depot Activation – F-15E Liquid Coolant System - Pump (PN UA544602-4)
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking capabilities packages from qualified firms to support the depot activation and sustainment of the F-15E Liquid Coolant System Pump (part number UA544602-4). The procurement aims to identify sources capable of delivering technical orders, engineering support, necessary spare parts, and training for USAF technicians, ensuring compliance with cybersecurity regulations and effective management of Government-Furnished Property. This initiative is critical for maintaining the operational readiness of the F-15E aircraft, with responses due by 4 PM EST on January 16, 2026, to Valerie Neff at valerie.neff@us.af.mil. Interested firms must provide detailed documentation of their capabilities, including business information and relevant experience, as part of their submission.
    Counter-small Unmanned Aircraft Systems (C-sUAS) Advanced Precision Kill Weapon System (APKWS) Request for Information (RFI)
    Buyer not available
    The Department of Defense, specifically the United States Air Force (USAF), is seeking information on Advanced Precision Kill Weapon System (APKWS) technologies to enhance its capabilities in countering small Unmanned Aircraft Systems (sUAS) across Groups 1, 2, and 3. The USAF aims to evaluate systems that can utilize track data from sensors to laze targets and launch guided Hydra 70 APKWS rockets, with a minimum Technology Readiness Level (TRL) of 6; however, native target detection/sensing and command and control (C2) capabilities are not required. This Request for Information (RFI) is intended for planning purposes only and will not lead to an award, with responses due by December 31, 2025. Interested vendors should submit detailed information regarding their systems, including company information, product specifications, and pricing, to the primary contacts Robert Gill and Ciabha Kelleher at the provided email addresses.
    REQUEST FOR INFORMATION - Large Caliber Penetrators
    Buyer not available
    The Department of Defense, through the Air Force Life Cycle Management Center (AFLCMC), is conducting a Request for Information (RFI) to identify industry capabilities for developing a Large Caliber Penetrator, specifically focusing on maturing a tailkit (TK) design, development, and flight testing to demonstrate system accuracy. The initiative aims to gather insights into technological, manufacturing, and business capabilities within the industrial base to inform the development of a material solution that meets operational objectives. This procurement is critical for enhancing the USAF's munitions capabilities, particularly in GPS-denied environments, and involves the production of three to five prototypes for flight testing. Interested vendors are encouraged to submit white papers detailing their capabilities by December 12, 2025, with questions due by November 25, 2025. For further inquiries, contact Mandi Johnson at mandi.johnson.4@us.af.mil or Christy Cross at christy.cross.2@us.af.mil.
    Common Armament Tester for Fighter (CAT-F)
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is preparing to issue a Request for Proposal (RFP) for the Common Armament Tester for Fighters (CAT-F) project, aimed at designing, developing, manufacturing, and sustaining testing equipment for the F-16, F-15, and A-10 aircraft platforms. This procurement is critical for ensuring effective maintenance capabilities, as the CAT-F will be used to test Preload, Clean Wing, and Fault Isolation Requirements at both Organizational (O-Level) and Intermediate (I-Level) Maintenance levels. The acquisition will follow a Full and Open Competitive Acquisition process, with an anticipated RFP issue date in the third quarter of FY25 and a response deadline of 45 days thereafter. Interested parties can direct inquiries to Oya Harrison at oya.harrison.1@us.af.mil or Alexis Davis at alexis.davis.13@us.af.mil, with the project expected to include a mix of pricing arrangements and a delivery schedule for prototypes beginning 12 months after order placement.
    Propulsion System Rocket Engine (PSRE) Transport Trailer 2 (PTT2)
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking sources for the Propulsion System Rocket Engine (PSRE) Transport Trailer 2 (PTT2) as part of a market research initiative. The objective is to evaluate the availability and manufacturability of a replacement that meets specific form, fit, and function requirements, as outlined in the attached documentation. The PTT2 is crucial for the transportation and protection of PSREs, ensuring they remain within operational specifications during transit, particularly for the Minuteman III Intercontinental Ballistic Missile system. Interested parties must submit a capability statement by December 9, 2025, and can direct inquiries to Torrey Boggs or Kyle Andersen via the provided email addresses.
    SAFS-2 TO1_TO2 EFO_SSC_PK Redacted
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the SAFS-2 TO1TO2 EFOSSCPK project, which is focused on national defense research and development services. This procurement aims to enhance military capabilities through innovative research and development efforts, emphasizing the importance of maintaining national security and technological superiority. The place of performance for this contract will be in El Segundo, California, and interested parties can reach out to Capt Vanessa Valente at vanessa.valente@spaceforce.mil or Capt Daniel Onorato at daniel.onorato.1@spaceforce.mil for further details. The contract is categorized under PSC code AC14, indicating it involves R&D administrative expenses, although specific funding amounts and deadlines have not been disclosed.