ContractSolicitation

Advanced Propulsion Acquisition Contract (APAC) IDIQ

DEPT OF DEFENSE FA862626RB002
Response Deadline
Apr 23, 2026
3 days left
Days Remaining
3
Until deadline
Set-Aside
No Set aside used
Notice Type
Solicitation

Contract Opportunity Analysis

The Department of the Air Force, through AFLCMC, is seeking an Advanced Propulsion Acquisition Contract multiple-award IDIQ to advance propulsion technologies and capabilities for the Air Force and other agencies across the full lifecycle. The work covers research and development, test and evaluation, production and fielding, modeling and simulation, and related program support, with an initial delivery order for a post-award orientation conference and briefing. The contract is planned as a 15-year effort with a best-value source selection under FAR Part 15 and DoD procedures, and proposals must address technical capability, propulsion industry relevance, and small business participation requirements. Offers are due April 23, 2026 at 3:00 PM local time, and questions are due April 20, 2026 at 1600 EST.

Classification Codes

NAICS Code
336412
Aircraft Engine and Engine Parts Manufacturing
PSC Code
AC15
NATIONAL DEFENSE R&D SVCS; DEPARTMENT OF DEFENSE - MILITARY; R&D FACILITIES & MAJ EQUIP

Solicitation Documents

19 Files
Solicitation - FA862626RB002.pdf
PDF2242 KBApr 16, 2026
AI Summary
This government solicitation, FA862626RB002, is a Request for Proposal (RFP) issued by AFLCMC WN/LP for the enhancement of propulsion technologies. The contract is a rated order under the Defense Priorities and Allocations System (DPAS) and has an estimated ceiling of $16.1 billion with a total performance period of fifteen years, including a five-year base and a five-year option. The effort spans the entire lifecycle of propulsion technologies, from concept exploration to operations and sustainment, encompassing research and development, test and evaluation, production, fielding, and modeling and simulation. The solicitation details various contract clauses, delivery and performance requirements, and contract administration data, including instructions for electronic payment through Wide Area WorkFlow (WAWF). Key contacts for information are Benjamin Fink and Devon Banks. The document outlines essential regulations and terms for potential offerors, emphasizing compliance and proper financial procedures.
APAC IDIQ CDRLs_8 Jan 26.pdf
PDF304 KBApr 17, 2026
AI Summary
The Advanced Propulsion Acquisition Contract (APAC) outlines general instructions for the Contract Data Requirements List (CDRL), a standardized method for delineating data needs in federal government RFPs. It details data preparation, transmittal, submittal approvals, revisions, documentation marking, and acceptance. Key aspects include electronic delivery, adherence to security guidelines (DD Form 254), and specific formatting for various document types. The document specifies procedures for government approval of data, timelines for contractor resubmission of disapproved data, and methods for marking document revisions. Distribution statements (A-F) are defined for controlling technical data dissemination, alongside export-control and destruction notices. The CDRL also lists over 100 possible data items, ranging from acquisition and sustainment data packages to technical reports, emphasizing comprehensive data management for the APAC Indefinite Delivery Indefinite Quantity (IDIQ) contract.
APAC IDIQ Section L 11 March 26.pdf
PDF256 KBApr 16, 2026
AI Summary
The Advanced Propulsion Acquisition Contract (APAC) Multiple Award Contract (MAC) Indefinite Delivery Indefinite Quantity (IDIQ) solicitation (FA8626-25-R-B008), issued by the Propulsion Directorate, outlines instructions for offerors. Its primary purpose is to provide an agile acquisition vehicle for propulsion enterprise program requirements, funded by future Air Force and inter-agency sources via Delivery Orders (DOs) and Task Orders (TOs). Proposals are due by April 13, 2026, at 1500 EST. The solicitation details a three-volume proposal structure: Volume I for Contractual and Administrative Information (no page limit, but the cover letter/executive summary is limited to 4 pages), Volume II for Technical Proficiency (12 total pages across three subfactors), and Volume III for the initial Delivery Order 01 proposal (1 page for the commitment letter and an Excel spreadsheet for pricing). Key requirements include demonstrating technical capability with two past efforts and propulsion industry relevance with one past effort, all completed within the last five years. All offerors, regardless of size, must submit a Small Business Participation Commitment Document. An initial Delivery Order for a Post Award Orientation Conference, priced at exactly $1,000, will be awarded concurrently with the basic contract.
Responses to Industry Questions 19 Mar 26.xlsx
Excel12 KBApr 17, 2026
AI Summary
This document addresses questions regarding a government solicitation, clarifying several key aspects for potential offerors. It confirms that all awarded contractors will receive fair consideration for future FOPRs, regardless of their initial Task Area submissions. The SBPCD (Attachment #7) is confirmed to count towards the 12-page limit for Volume II. The solicitation's scope includes both air-breathing and alternatively powered propulsion, as well as prototyping efforts, encompassing design, assessment, testing, and validation of new capabilities. The document also specifies that only three detailed efforts are required in total: two for Subfactor 1 and one for Subfactor 2, with only two Task Areas necessary for Subfactor 1. Distribution of the Statement of Work (SOW) is limited to U.S. DoD Contractors only.
APAC IDIQ Section M 11 March 26.pdf
PDF461 KBApr 16, 2026
AI Summary
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 use FAR Part 15 and DoD Source Selection Procedures to make best value award decisions, intending to award 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). Offerors must receive an "Acceptable" rating for all subfactors to be eligible for award. Technical Capability requires demonstrating proficiency in areas like Science & Technology, Research and Development, and Test and Evaluation. PIR focuses on prior experience with propulsion-relevant technologies, and SBPCD assesses the approach to small business utilization. The solicitation also details compliance requirements for Organizational Conflict of Interest (OCI) Plans, Compliance Statements, Small Business Subcontracting Plans, and a commitment to Delivery Order 01 (DO1) at a price of $1,000.
Responses to Industry Questions 1 Apr 26.xlsx
Excel13 KBApr 17, 2026
AI Summary
This government file addresses various questions and government responses regarding an RFP, focusing on proposal formatting, submission requirements, and technical specifications. Key clarifications include the need for electronic linking of the Table of Contents with no bookmarks, and that an Organizational Conflict of Interest (OCI) Mitigation Plan is only required if a potential OCI exists. An editable SF33 was provided for Offerors, and it was confirmed that two efforts demonstrating technical capability are sufficient, with no additional credit for more. All pricing and performance-related inputs will be defined at the Delivery/Task Order level. The SBPCD template (Attachment 7) is confirmed to be a 5-page fillable form, and propulsion design examples are provided for Section L, 4.1.1.11.
Responses to Industry Questions 27 Mar 26.xlsx
Excel14 KBApr 17, 2026
AI Summary
This government file addresses various questions and clarifications regarding a federal solicitation, encompassing aspects from submission deadlines and business classifications to document formatting and content requirements. The government confirmed that the submission deadline will not be extended. It clarified that the solicitation is open to both small and large businesses, requiring all offerors to complete the Small Business Participation Commitment Document, with non-small businesses also needing a Small Business Subcontracting Plan. The RFP's scope is not limited to gas turbine engines for fixed-wing aircraft but covers broader propulsion enterprise program requirements. The contract has a 10-year ordering period and a 15-year Period of Performance (PoP). The government provided specific instructions on document submission, confirming that tables are considered figures, additional names for the SBPCD do not count against page limits, and headers/footers are exempt from font requirements. It also clarified that only one Table of Contents for the entire proposal is required in Volume 1, Section 1, and it does not count against page limitations. Finally, only one proposal per parent CAGE code holder is authorized for submission at this time.
Solicitation -FA862626RB002.pdf
PDF2853 KBApr 2, 2026
AI Summary
The provided government file appears to be a highly unstructured and largely undecipherable document, characterized by extensive garbled text, special characters, and non-standard formatting. Despite the presence of some discernible words and phrases related to government contracting and technical specifications, the overwhelming majority of the content is unreadable. This makes it impossible to extract key information, identify the main topic, or understand the purpose of the document within the context of federal government RFPs, federal grants, or state/local RFPs. Without a clear and readable text, a meaningful summary or analysis cannot be produced.
APAC IDIQ Industry User Guide .pdf
PDF291 KBApr 17, 2026
AI Summary
The Advanced Propulsion Acquisition Contract (APAC) Industry User Guide outlines procedures for awarding orders under this multiple-award, Indefinite Delivery Indefinite Quantity (IDIQ) contract. Governed by FAR 16.5, it details the fair opportunity process, requiring Contracting Officers (CO) to issue Fair Opportunity Proposal Requests (FOPRs) via the Box platform. Exceptions to fair opportunity include urgency, unique services, logical follow-ons, minimum guarantees, or statutory requirements. Selection criteria prioritize technical approach, price, and past performance. The contract includes provisions for 'on-ramping' new contractors to enhance competition and 'off-ramping' non-performing ones. Proposals, both technical and cost/price, must adhere to FOPR instructions, with all associated costs borne by the contractor. The CO reserves the right to engage in interchanges with contractors and cancel FOPRs if issues remain unresolved. Work commences only upon issuance of a signed order.
Small Business Participation Commitment Document.pdf
PDF134 KBApr 17, 2026
AI Summary
The Small Business Participation Commitment Document (SBPCD) is a mandatory submission for all offerors to demonstrate their commitment to utilizing U.S. small businesses in federal contracts. This document is distinct from the Small Business Subcontracting Plan and applies for the entire contract duration. Offerors, whether small or other than small businesses, must complete either Section 1 or Section 2, respectively. Both sections require detailing the percentages of work planned for small and other than small businesses, breaking down small business participation by specific categories (e.g., SDB, WOSB, HUBZone, VOSB, SDVOSB). Offerors must also identify the Prime Offeror's business name, CAGE code, and NAICS code(s). Additionally, the document requires identifying potential small business subcontractors, teaming partners, and/or joint venture partners, along with their CAGE codes and NAICS codes, and describing the extent of commitment to these entities. The SBPCD ensures compliance with small business procurement regulations, emphasizing the role of small businesses in government contracts.
APAC Staffing Proposal Pricing Template .xlsx
Excel25 KBApr 17, 2026
AI Summary
The TETRAS COST SPREADSHEET, Attachment 4 for FA2487-17-R-0235, provides instructions for offerors to complete a staffing proposal pricing template for a post-award conference. The total proposed price for this conference must be exactly $1,000, reflecting 1-hour of fully burdened labor rates for up to four personnel. Offerors must identify these personnel and their labor categories, and input their fully burdened labor rates (FBLR) on 'tab-2' of the Excel spreadsheet. The document explicitly states that manipulation of the table or deviation from the provided hours is not allowed, with any exceptions requiring adequate justification. Additionally, offerors are required to provide Ground Rules and Assumptions for their proposed price and preparation on 'tab-3' of the spreadsheet. Failure to complete this staffing proposal as instructed will result in ineligibility for award.
Responses to Industry Questions 7 Apr 26 AMENDED.xlsx
Excel12 KBApr 17, 2026
AI Summary
This government response clarifies several questions regarding federal contract requirements. It states that the Prime Offeror must maintain current CMMC status for all information systems used in contract performance, and is responsible for ensuring subcontractors also have appropriate CMMC certification. The document also clarifies that Sections A-J should be completed as applicable, with CO fill-ins handled at the DO/TO award level. Finally, the government prefers each proposal volume to be submitted as a separate PDF file to DoD SAFE, acknowledging that hyperlinking functionality may be affected by file uploads.
Responses to Industry Questions 7 Apr 26.xlsx
Excel12 KBApr 7, 2026
AI Summary
This government response clarifies several aspects of an RFP, focusing on CMMC certification requirements, the completion of proposal sections, and the preferred file submission structure. For CMMC certification, only the Prime Offeror needs to provide proof within their proposal, unless subcontracting. Subcontractors must have a current CMMC certificate or status prior to receiving work. Offerors are instructed to complete Sections A-J as applicable, with CO fill-ins to be completed at the DO/TO level upon potential award. Finally, the government prefers each volume of the proposal to be submitted as a separate PDF file to DoD SAFE, acknowledging that hyperlinking within the Table of Contents may not reliably function after upload.
Solicitation Amendment FA862626RB0020001 SF 30.pdf
PDF264 KBApr 17, 2026
AI Summary
Amendment 0001 to Solicitation FA862626RB002, effective April 16, 2026, extends the offer response due date from April 13, 2026, to April 23, 2026. This amendment, issued by AFLCMC WN/LP, also updates attachments related to Sections L and M of the solicitation. Specifically, the
APAC IDIQ Section L 15 April 2026.pdf
PDF257 KBApr 17, 2026
AI Summary
The Advanced Propulsion Acquisition Contract (APAC) is a Multiple Award Contract (MAC) Indefinite Delivery Indefinite Quantity (IDIQ) solicitation (FA8626-25-R-B008 Amendment 1) to acquire propulsion enterprise program requirements for the Air Force and other agencies. Proposals are due by April 23, 2026, 1500 EST, and will be evaluated on a first-in, first-out basis. The solicitation emphasizes clear, concise proposals and outlines specific requirements across three volumes: Contractual and Administrative Information, Technical Proficiency, and a proposal for Delivery Order 01. Offerors must detail their technical capabilities and propulsion industry relevance through past efforts, and provide a Small Business Participation Commitment Document. Foreign firm participation is permitted, but future delivery/task order competitions may have limitations. The initial delivery order will be for a Post Award Orientation Conference, with a fixed price of $1,000.
Solicitation Amendment - FA862626RB0020001.pdf
PDF1035 KBApr 17, 2026
AI Summary
The document, FA862626RB0020001, is a Request for Proposal (RFP) for the enhancement of propulsion technologies throughout their life cycle. This indefinite-delivery/indefinite-quantity (IDIQ) contract, issued by FA8626 AFLCMC WN/LP, seeks support for activities including Research and Development, Test and Evaluation, Production and Fielding, and Modeling and Simulation. The total period of performance is 15 years, with a base period of 5 years and an option for an additional 5 years, and a ceiling of $16.1 billion. Offers are due by April 23, 2026, at 3:00 PM local time. The RFP outlines detailed terms for inspection, acceptance, deliveries, and performance, incorporating various FAR and DFARS clauses concerning contract administration, payments, and quality requirements. It also specifies electronic invoicing via the Wide Area WorkFlow (WAWF) system and includes provisions for economic price adjustment and guaranteed shipping characteristics. Key contacts for information are Benjamin Fink and Tanner Alley.
APAC IDIQ Section M 15 April 2026.pdf
PDF234 KBApr 17, 2026
AI Summary
This document outlines the evaluation factors for the Advanced Propulsion Acquisition Contract (APAC), a Multiple Award Contract (MAC) Indefinite Delivery Indefinite Quantity (IDIQ) solicitation (FA8626-25-R-B008 Amendment 1). The Government intends to award contracts to all qualifying Offerors who submit acceptable proposals based on a best value decision, using FAR Part 15 and DoD Source Selection Procedures. 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). Offerors must achieve an acceptable rating for all subfactors to be eligible for award. Subfactors 1 and 2 are equally important and significantly more important than Subfactor 3. The document also details compliance requirements for Organizational Conflict of Interest (OCI) Plans, accounting systems, Small Business Subcontracting Plans, and a mandatory $1,000 price proposal for Delivery Order 01 (DO1) relating to a post-award orientation conference.
APAQ IDIQ SOW ONLY_8 Jan 2026.pdf
PDF273 KBApr 17, 2026
AI Summary
The Advanced Propulsion Acquisition Contract (APAC) MAC Indefinite Delivery Indefinite Quantity (IDIQ) Contract, issued by the United States Air Force Life Cycle Management Center Propulsion Directorate, seeks to rapidly develop, implement, and advance novel propulsion technologies and system concepts. This contract covers the entire propulsion system lifecycle, from technology maturation and concept development to integration, production, fielding, operations, and sustainment. The scope includes Science and Technology (S&T), Research and Development (R&D), Test and Evaluation (T&E), integration, production, modernization, and prototyping. Key requirements for delivery/task orders encompass comprehensive program management, logistics, systems engineering (including configuration management), test and evaluation, and production tasks. Strict security measures, including personnel, facility, and deliverable security, ranging from Controlled Unclassified Information (CUI) to Top Secret/Sensitive Compartmented Information/Special Access Required (TS//SCI//SAR), are mandated, alongside robust cybersecurity protocols integrated into the systems engineering process. The contract emphasizes digital engineering, intellectual property, data management, and data rights, aiming for unlimited use where possible, adhering to FAR and DFARS provisions. Deliverables will include hardware, software, technical orders, and digital enterprise data to support the government's organic sustainment activities.
APAC IDIQ DO1 SOW_8 Jan 26.pdf
PDF210 KBApr 17, 2026
AI Summary
The Advanced Propulsion Acquisition Contract (APAC) Multiple Award Contract (MAC) Indefinite Delivery Indefinite Quantity (IDIQ) aims to equip the Air Force Life Cycle Management Center Propulsion Directorate (AFLCMC/LP) with the ability to rapidly develop novel propulsion technologies, implement innovative solutions, and advance new system concepts. This contract will provide evolutionary, revolutionary, and disruptive capabilities for the United States Air Force and its strategic partners, enabling a quick response across all phases of propulsion development, from technology maturation to sustainment. The scope of Delivery Order (DO) 1 for the APAC IDIQ specifically outlines the contractor's understanding of the overall intent and mechanics for issuing Fair Opportunity Proposal Requests (FOPRs). Contractors are required to attend a virtual post-award orientation conference (PAOC) and provide a 30-minute briefing to the Government. This briefing should discuss future propulsion technology capabilities, identify benefits to the propulsion enterprise, and highlight company strengths in this area. Presentation materials must be submitted to the PCO via email or DOD SAFE at least five business days before the PAOC. The document also lists numerous applicable documents, including various Air Force instructions, Department of Defense directives, and industry standards, which provide a comprehensive regulatory and technical framework for the contract.

Related Contract Opportunities

Project Timeline

postedOriginal Solicitation PostedMar 13, 2026
amendedAmendment #1· Description UpdatedMar 16, 2026
amendedAmendment #2· Description UpdatedMar 19, 2026
amendedAmendment #3· Description UpdatedMar 27, 2026
amendedAmendment #4· Description UpdatedApr 1, 2026
amendedAmendment #5· Description UpdatedApr 2, 2026
amendedAmendment #6· Description UpdatedApr 7, 2026
amendedAmendment #7· Description UpdatedApr 7, 2026
amendedAmendment #8· Description UpdatedApr 14, 2026
amendedAmendment #9· Description UpdatedApr 16, 2026
amendedLatest Amendment· Description UpdatedApr 17, 2026
deadlineResponse DeadlineApr 23, 2026
expiryArchive DateOct 14, 2026

Agency Information

Department
DEPT OF DEFENSE
Sub-Tier
DEPT OF THE AIR FORCE
Office
FP2042 AFLCMC LPA

Point of Contact

Name
Tanner Alley

Place of Performance

Dayton, Ohio, UNITED STATES

Official Sources