Next Generation Aerospace Ground Equipment (NGAGE)
ID: FA853226RB001Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA8532 AFLCMC WNKAAROBINS AFB, GA, 31098-1670, USA

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 soliciting proposals for the Next Generation Aerospace Ground Equipment (NGAGE) Multiple Award Contract (MAC) Indefinite Delivery-Indefinite Quantity (IDIQ) contract. This initiative aims to develop and field multi-capable aircraft ground equipment (AGE) to support the Agile Combat Support (ACS) mission, enhancing air vehicle launch, recovery, and operations and maintenance activities globally over a potential ten-year period. The contract, with a maximum value of $920 million, is designed to foster innovation in aerospace ground equipment through rapid development and integration of new technologies, while ensuring participation from both large and small businesses. Interested parties should direct their inquiries to Kimberly Janssen at kimberly.janssen@us.af.mil or Joe Lee at joe.lee.4@us.af.mil, with proposals due by the specified deadline, factoring in holiday schedules.

    Point(s) of Contact
    Files
    Title
    Posted
    The Next Generation Aerospace Ground Equipment (NGAGE) Ordering Guide outlines procedures for a U.S. Air Force multiple award contract. Its purpose is to provide modern aerospace ground equipment and streamline contracting for rapid development, testing, and implementation of new solutions. The contract, managed by the Aircraft Generation Branch, aims to minimize logistics and deployment footprints. It establishes a 10-year period of performance with five two-year ordering periods and includes provisions for on-ramping new contractors and off-ramping underperforming ones. The guide details roles and responsibilities of Primary Procuring Contracting Officers (PPCOs) and Ordering Procuring Contracting Officers (OPCOs), and the Requiring Activity. It also describes the ordering process, emphasizing Fair Opportunity Proposal Requests (FOPRs) for competition unless specific exceptions apply. Proposal preparation, evaluation, and award procedures are specified, with a focus on electronic delivery of Contract Data Requirement List (CDRL) deliverables.
    The Next Generation Aerospace Ground Equipment (NGAGE) Request for Proposal (RFP) outlines detailed instructions for Offerors submitting proposals for a Multiple Award Contract. Proposals must adhere to strict formatting, submission, and content requirements, including electronic submission via DoD SAFE or encrypted email. Offerors must submit four volumes: Completed RFP, Technical Proposal, Small Business Participation, and Price Proposal. Key requirements include providing a current DD Form 2345, a Small Business Subcontracting Plan (for large businesses), and demonstrating a Supplier Performance Risk System score of 110 or a remediation plan. The Technical Proposal requires a self-scoring matrix and up to two work samples substantiating experience in OEM and/or digital engineering/sustainment data. The Small Business Participation volume details methods to ensure equitable opportunities for small businesses. The Price Proposal requires pricing for the Post-Award Conference and compliance statements for accounting systems. The government reserves the right to award without discussions and is not liable for Offeror costs if no contracts are awarded.
    The Next Generation Aerospace Ground Equipment (NGAGE) acquisition uses a Technically Acceptable source selection methodology to award multiple contracts. Proposals are evaluated on three factors: Technical Rating, Small Business Participation, and Price Proposal. Technical and Small Business Participation are rated acceptable/unacceptable, with no trade-offs between factors. Key evaluation areas include a completed RFP, a current DD Form 2345, an acceptable Small Business Subcontracting Plan (for large businesses), a current Supplier Performance Risk System (SPRS) score of 110 or a remediation plan, and completed 'fill-in' clauses. The technical proposal requires a self-score matrix demonstrating experience in two focus areas (OEM of AGE/industrial equipment and digital engineering/sustainment data), with two recent/relevant work samples. Small Business Participation requires an adequate approach to equitable opportunities, goal development, and outreach. Price proposals are evaluated for reasonableness, with an in-depth cost/price analysis occurring at the individual delivery order level. The government reserves the right to award without discussions and to limit competitive ranges.
    The NGAGE Self-Scoring Matrix is a document designed for businesses to self-assess their qualifications for government contracts, specifically related to Original Equipment Manufacturer's (OEM) delivery and manufacturing of Aerospace Ground Equipment (AGE) and/or comparable industrial equipment, as well as the delivery of technical and engineering data. The matrix requires businesses to provide a business name and size, then self-score their work samples (WS-1 and WS-2) against two main focus area categories. For each category, an Offeror receives a point (1) if they can demonstrate experience in at least one element of the defined focus area, otherwise, they receive a zero (0). The document defines what constitutes AGE and comparable industrial equipment, including examples of design, development, prototypes, and projects for companies without direct manufacturing experience. It also specifies proficiencies in technical orders (T.O.s), provisioning, training material, and engineering analysis like Finite Element Analysis (FEA) as part of the technical data delivery. This self-scoring mechanism helps potential contractors evaluate their alignment with the requirements of the RFP.
    This government Request for Proposal (RFP) outlines the establishment of the Next Generation Aerospace Ground Equipment (NGAGE) Multiple Award Contract (MAC) Indefinite Delivery-Indefinite Quantity (IDIQ) contract. The primary goal is to modernize and acquire a broad range of Aerospace Ground Equipment (AGE) to support warfighter air vehicle launch, recovery, and operations and maintenance activities globally. This 10-year contract has a maximum value of $920,000,000 and will support both large and small businesses, utilizing various pricing arrangements such as Cost Plus Fixed Fee (CPFF) and Firm Fixed Price (FFP). The contract emphasizes rapid fund execution for designing, developing, testing, and implementing new solutions, but it is not intended for long-term sustainment or full production runs. Ordering will be decentralized, with orders issued by AFLCMC/ROKA Contracting Office, and includes provisions for on-ramping and off-ramping contractors to maintain a solid awardee base. The document also details specific clauses related to inspection, acceptance, delivery, performance, and contract administration, including the use of the Wide Area WorkFlow (WAWF) system for electronic invoicing.
    The provided document is a placeholder message indicating that the PDF viewer may not be able to display the document's content. It advises the user to upgrade to the latest version of Adobe Reader for Windows, Mac, or Linux by visiting http://www.adobe.com/go/reader_download, or to seek further assistance at http://www.adobe.com/go/acrreader. The document also includes trademark information for Windows, Mac, and Linux. This content is not a government file, RFP, or grant, but rather a technical message regarding document display issues.
    The Next Generation Aircraft Ground Equipment Acquisition (NGAGE) Multiple Award Contract (MAC) Statement of Objectives (SOO) outlines requirements for developing and fielding multi-capable aircraft ground equipment (AGE) for the Air Force Life Cycle Management Center (AFLCMC). This Indefinite Delivery Indefinite Quantity (IDIQ) contract, with a performance period not exceeding ten years, aims to support warfighter air vehicle launch, recovery, and operations & maintenance activities globally for various aircraft platforms. The scope focuses on demonstrated production of multi-capability AGE, design/development/integration/test/production of military-style AGE, and innovation using Digital Engineering/Model-Based Systems Engineering (MBSE). The MAC is intended for rapid fund execution for designing, developing, testing, and implementing new solutions, not long-term sustainment or full production runs. Objectives include integrating hardware and software, incorporating digital acquisition practices like Digital Materiel Management (DMM) and Open System Architecture (OSA), and modernizing AGE with at least two functional characteristics. Special areas of interest emphasize agile processes, exploring new technologies for rapid integration, and program management support for cost, schedule, and performance control.
    The document is not a government file but rather a placeholder message indicating that the PDF viewer may not be able to display the document's contents. It advises the user to upgrade to the latest version of Adobe Reader and provides links for download and assistance. The message also includes trademark information for Windows, Mac, and Linux. This content is not relevant to federal government RFPs, federal grants, or state and local RFPs, as it does not contain any programmatic or administrative information.
    The provided document is a cover sheet for a work sample, likely used in government procurement processes such as RFPs, federal grants, or state/local RFPs. It is structured into three main parts: Work Sample Identification, Work Sample Points of Contact, and Substantiation. The identification section requires details such as the work sample number, company name, work sample name, contract/order number, period of performance, and focus area categories, with checkboxes for Category 1 and Category 2. The points of contact section requests information for both a Contracting Officer or other Government Representative and a Contracting Officer’s Representative or other Government Representative, including their name, title, government agency, phone, and email. The final section, Substantiation, is left blank for completion. This cover sheet serves to standardize the submission and review of work samples, ensuring all necessary administrative and contact information is provided for evaluation within a government contracting context.
    Lifecycle
    Title
    Type
    Similar Opportunities
    E-4B National and Nuclear Communication Support (N2CS) Services
    Dept Of Defense
    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.
    ASE Maintenance, Repair, Overhaul and Logistics (MROL) Support Services
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy's Fleet Readiness Center, is seeking proposals for the ASE Maintenance, Repair, Overhaul and Logistics (MROL) Support Services contract. This procurement aims to provide comprehensive maintenance and logistical support for aircraft launching, landing, and ground handling equipment, including modernization, repair, and parts manufacturing, as outlined in NAVAIR Instruction. The contract is a total 8(a) small business set aside, with an anticipated performance period from January 2027 to January 2032, featuring five one-year ordering periods and a six-month option to extend services. Interested parties must submit their proposals through the Procurement Integrated Enterprise Environment (PIEE) Solicitation Module, with questions due by January 5, 2025, and a mandatory site visit scheduled for January 16, 2025, for eligible 8(a) offerors. For further inquiries, contact Ndidiamaka Umeh at ndidiamaka.umeh@navy.mil or Kurt Dronenburg at kurt.j.dronenburg.civ@us.navy.mil.
    Implementation of Advanced Government Simulation Capabilities (IAGSC)
    Dept Of Defense
    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.
    C-17 Air Mobility Command Airlift Recapitalization Strategy
    Dept Of Defense
    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.
    SPEED MAC F100 MULTIPLE AWARD MULTI-YEAR IDIQ
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is initiating a presolicitation for the SPEED MAC F100 Multiple Award Multi-Year Indefinite Delivery Indefinite Quantity (IDIQ) contract program at Tinker Air Force Base. This procurement aims to address the repair, overhaul, remanufacture, and new manufacture of parts for the F100-PW-220/229 Pratt and Whitney engine, which is critical for supporting both U.S. Air Force operations and Foreign Military Sales. The anticipated contract will span ten years, with a five-year base period and an additional five-year option, and will be awarded to all qualified sources, with a focus on firm fixed price and cost-reimbursable line items. Interested parties are encouraged to provide feedback on the draft Request for Proposal by January 16, 2026, and to participate in a virtual Pre-Solicitation Conference in January 2026. For further inquiries, contact Felicia Rogers at felicia.rogers.1@us.af.mil or Roxanne Marquez at roxanne.marquez@us.af.mil.
    C/KC130 Air Vehicle: Engine Module Repair
    Dept Of Defense
    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 contact Contract Specialist Stephanie Savage at stephanie.r.savage2.civ@us.navy.mil for further details and access to solicitation attachments.
    LAU PAGS FIELD REPA
    Dept Of Defense
    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.
    Gymnasticator Modernization
    Dept Of Defense
    The Department of Defense, through the Army Contracting Command – Rock Island, is seeking proposals for the modernization of control systems for two MG3000 Mechanical Gymnasticators at the Rock Island Arsenal-Joint Manufacturing & Technology Center (RIA-JMTC). The project aims to enhance the gymnasticators' capabilities to deliver real-time test data, positional results, and pass/fail outcomes for various weapons systems, including the M1A1 and M119A3, among others. This upgrade is critical for maintaining the operational efficiency and reliability of military equipment, ensuring compliance with stringent safety and environmental standards. The total contract value is estimated at $25,500,000, with a performance period of 365 days post-award. Interested contractors should direct inquiries to Christine Szalo at christine.a.szalo.civ@army.mil or Daniel Sinnott at Daniel.s.Sinnott.civ@army.mil.
    F-110 Gearbox, Accessory D
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency, is seeking to procure the F-110 Gearbox, Accessory D, which is critical for military or space applications. The contract will involve acquiring a total of 40 units, with a minimum order of 20 and a maximum of 60, to be delivered by January 21, 2026, highlighting the importance of this item as a Critical Safety Item. The government intends to solicit and negotiate with a limited number of sources, specifically General Electric Company, due to the limited availability of responsible sources, and all interested parties may submit capability statements within 45 days of the solicitation's release, which is expected on September 5, 2025. For further inquiries, interested vendors can contact Jeremy Bryant at jeremy.bryant@us.af.mil or by phone at 405-855-7112.
    AMG Spares in Support of the Mast Group, Hydraulic-Pneumatic OA-9054(V)4/G
    Dept Of Defense
    The Defense Logistics Agency (DLA) is seeking proposals from qualified small businesses for a Firm Fixed Price (FFP) Indefinite Delivery/Indefinite Quantity (ID/IQ) contract to procure spare parts in support of the CECOM Mast Group, Hydraulic-Pneumatic OA-9054(V)4/G (AMG). The procurement includes fourteen specific National Stock Numbers (NSNs) for various components such as Rotary Pump Units, Antenna Positioners, and Mast Control units, with estimated annual quantities provided for each item. This acquisition is critical for maintaining operational readiness and support for military systems, with a guaranteed minimum contract value of $25,000 and a maximum value of $13,000,000 over a five-year base period. Interested parties must submit their proposals by December 19, 2025, and can contact Keaneesha A. Canady at keaneesha.a.canady@dla.mil or Kyle White at kyle.white@dla.mil for further information.