Synopsis Next Generation Aerospace Ground Equipment (NGAGE) MAC IDIQ
Type: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCE

NAICS

Other Aircraft Parts and Auxiliary Equipment Manufacturing (336413)

PSC

AIRCRAFT GROUND SERVICING EQUIPMENT (1730)

Set Aside

No Set aside used (NONE)
Timeline
    Description

    The Department of Defense, specifically the Department of the Air Force, is preparing to solicit proposals for the Next Generation Aerospace Ground Equipment (NGAGE) Multiple Award Contract (MAC) Indefinite Delivery-Indefinite Quantity (IDIQ) contract, aimed at supporting Agile Combat Support (ACS) for Aerospace Ground Equipment (AGE) over a ten-year period. This contract will facilitate the design, development, testing, and implementation of new solutions for AGE, which is critical for the launch, recovery, and maintenance of various aircraft systems, including fighters, bombers, and cargo aircraft. The IDIQ has a ceiling of $920 million and is intended to establish a diverse awardee base, with no set-asides at the basic contract level, although they may apply at the order level. Interested parties should note that the solicitation number FA8532-26-R-B001 will be posted on sam.gov, with a tentative award date set for April 2026. For further inquiries, contact Kimberly Janssen at kimberly.janssen@us.af.mil or Joe Lee at joe.lee.4@us.af.mil.

    Point(s) of Contact
    Files
    No associated files provided.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Remanufacture of Flap Drive Angle Gearbox Assembly
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for a five-year Indefinite Delivery Indefinite Quantity (IDIQ) contract for the remanufacture of Flap Drive Angle Gearbox Assemblies for the KC-135 aircraft. Contractors are required to provide all necessary materials, labor, and expertise to restore the gearbox assemblies to a like-new condition, including disassembly, cleaning, inspection, re-assembly, and testing, while adhering to strict quality control and reporting requirements. This procurement is critical for maintaining the operational readiness of the KC-135 fleet, which relies on these assemblies for effective flap operation. Interested small businesses must submit a Source Approval Request (SAR) and are encouraged to contact Cliff Morgan or Amy Gil for further details, with proposals due by December 15, 2025, at 12:00 PM.
    Joint Base Charleston AGE Equipment Paint Services
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to provide surface preparation and painting services for Aerospace Ground Equipment (AGE) at Joint Base Charleston, South Carolina. The procurement involves the maintenance of 375 pieces of AGE equipment over a five-year period, requiring contractors to supply all necessary labor, materials, equipment, and transportation while adhering to federal, state, and local regulations. This service is crucial for ensuring that the support equipment remains in a serviceable condition, free from excessive corrosion or damage, and includes specific painting requirements as outlined in the attached Performance Work Statement (PWS). Interested firms must submit a capabilities package by 5:00 PM on December 12, 2025, to the primary contact, Morgan Hart, at morgan.hart.1@us.af.mil, and Matthew Michel at matthew.michel@us.af.mil, detailing their qualifications and relevant experience.
    Engineering Support Services - Commercial Derivative Aircraft
    Buyer not available
    The Department of Defense, through the Air Force Life Cycle Management Center (AFLCMC), is soliciting proposals for an Indefinite-Delivery, Indefinite-Quantity (IDIQ) contract for Engineering Support Services (ESS) related to various commercial derivative aircraft, including the VC-25A and E-4B. The contract aims to provide both recurring and non-recurring engineering services, which encompass systems engineering, safety management, and technical support for sustaining and modernizing critical Air Force aircraft. This procurement is vital for maintaining the operational readiness and safety of executive aircraft, with a contract value subject to various pricing arrangements, including fixed-price and cost-plus options. Interested parties should direct inquiries to Cameron Burton or Capt Bailey Calico via email, with the solicitation process having commenced on October 30, 2025, and subsequent amendments issued through November 19, 2025.
    C/KC130 Air Vehicle: Engine Module Repair
    Buyer not available
    The Department of Defense, through the Naval Air Systems Command (NAVAIR), is soliciting proposals for the C/KC130 Air Vehicle: Engine Module Repair Services. This procurement aims to establish a single source Indefinite Delivery Indefinite Quantity (IDIQ) contract with a five-year base ordering period, focusing on the maintenance and repair of engine modules critical to the operational readiness of C/KC130 aircraft. The planned award is anticipated during the second quarter of Government Fiscal Year 2026, with proposals due by 4:00 PM ET on January 8, 2026. Interested parties should direct inquiries and requests for access to solicitation attachments to Contract Specialist Stephanie Savage at stephanie.r.savage2.civ@us.navy.mil.
    Implementation of Advanced Government Simulation Capabilities (IAGSC)
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking industry participation for the Implementation of Advanced Government Simulation Capabilities (IAGSC) through a Sources Sought notice. This initiative aims to acquire non-personal services for software development, modeling and simulation integration, advanced research and development, cybersecurity measures, and lifecycle software testing, all critical for enhancing the capabilities of various DoD systems. The anticipated contract will be a Multiple Award Indefinite Delivery, Indefinite Quantity (IDIQ) with a ceiling of approximately $750 million, and it is expected to span a five-year ordering period with an additional five-year option. Interested parties must submit their responses, including a capabilities white paper and feedback on the draft Performance Work Statement, by March 28, 2025, and are encouraged to participate in an Industry Day scheduled for April 15, 2025, at Wright-Patterson Air Force Base, Ohio. For further inquiries, contact Carmen Mertz at carmen.mertz@us.af.mil or Austin Hurst at austin.hurst.2@us.af.mil.
    E-4B National and Nuclear Communication Support (N2CS) Services
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the E-4B National and Nuclear Communication Support (N2CS) Services, aimed at procuring sustainment and modernization services for mission communications systems aboard E-4B aircraft. The contract will encompass a range of services including engineering, program management, cybersecurity support, and facilities management, which are critical for maintaining the aircraft's role as a command and control communications center during national emergencies. The total estimated contract ceiling is $984 million, with a ten-year ordering period and a minimum order amount of $500,000, and interested parties must submit an approved DD 2345 form to access the draft RFP documents. For further inquiries, Amanda Jones and Lisa Murrell can be contacted via email or phone.
    1680-01-450-6899 - GEARBOX ASSEMBLY
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking proposals for the procurement of 71 units of Gearbox Assembly, AI, specifically for the F-16 aircraft. This procurement is classified under the NAICS code 336413, which pertains to Other Aircraft Parts and Auxiliary Equipment Manufacturing, and will be conducted as a firm fixed-price contract with delivery expected within 550 days. The solicitation, identified as SPE4A726R0229, will be issued on or around July 29, 2025, and interested vendors can access the solicitation documents via the DLA Internet Bid Board System (DIBBS). For further inquiries, vendors may contact Calvin Peterson at calvin.peterson@dla.mil or by phone at (804) 659-8838, with a response deadline set for January 16, 2026, at 3:00 PM Eastern.
    DRAFT RFP - Landing Gear Collaborative Supply Chain Integration II
    Buyer not available
    The Defense Logistics Agency (DLA) is seeking industry feedback through a DRAFT Request for Proposal (RFP) for the Landing Gear Collaborative Supply Chain Integration II (LG-CSCI2) project, aimed at developing spare parts for landing gear in support of various weapon systems. The objective is to refine the acquisition strategy based on vendor input, with a formal RFP anticipated to be released in early 2026. This initiative is crucial for enhancing the readiness of the Air Force fleet by building on lessons learned from the previous LG-CSCI contract. Interested parties are encouraged to submit their feedback and questions to the primary contact, Nathan Flinders, via email by December 12, 2025, as the eventual contract will consist of a five-year base period with a potential five-year option, totaling up to ten years.
    C-17 Air Mobility Command Airlift Recapitalization Strategy
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is initiating a procurement process related to the C-17 Air Mobility Command Airlift Recapitalization Strategy. This strategy aims to ensure uninterrupted inter-theater airlift capacity during the transition from the current C-5M and C-17A fleets to the Next Generation Airlift (NGAL) platform, which is projected to begin production as early as FY38 and achieve Initial Operational Capability by FY41. The importance of this initiative lies in maintaining operational viability of existing fleets while addressing potential risks associated with acquisition delays and funding uncertainties. Interested parties can reach out to Lauren M. Griffin at lauren.griffin.2@us.af.mil or Brittany Z. White at brittany.white.18@us.af.mil for further information.
    LAU PAGS FIELD REPA
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking proposals for the procurement of parts for AV-8B and F402 aircrafts, specifically NSN: 1620-00-890-3202, under the presolicitation titled "LAU PAGS FIELD REPA." The contract will be an Indefinite Quantity Contract with an estimated annual quantity of 80 units over a term of 60 months, requiring delivery within 560 days after receipt of order. This procurement is critical for maintaining aircraft operational readiness, and it is classified as unrestricted, allowing all responsible sources to submit offers. Interested parties should prepare their proposals in accordance with the solicitation, which will be available on the DLA Internet Bid Board System (DIBBS) around December 8, 2025. For further inquiries, contact Renee Griffin at renee.griffin@dla.mil or (445) 737-2040.