Advanced Propulsion Aquisition Contract (APAC) IDIQ

SOL #: FA862626RB002Solicitation

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

Aircraft Engine and Engine Parts Manufacturing (336412)

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
Mar 3, 2026
2
Last Updated
Apr 2, 2026
3
Submission Deadline
Apr 13, 2026, 7:00 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, AFLCMC LPA, is soliciting proposals for the Advanced Propulsion Acquisition Contract (APAC) Indefinite Delivery Indefinite Quantity (IDIQ). This MAC IDIQ aims to provide the Air Force Life Cycle Management Center Propulsion Directorate (AFLCMC/LP) with the capacity to rapidly develop, implement, and advance novel propulsion capabilities across all lifecycle phases, maximizing the use of the digital environment. Proposals are due April 13, 2026, at 3:00 PM EST.

Scope of Work

The contract focuses on enhancing propulsion technology across its entire lifecycle, including: Science & Technology (S&T), Research and Development (R&D), Test and Evaluation (T&E), Integration and Assembly, Production and Fielding, Operations and Sustainment (O&S), Modernization, Prototyping, Experimentation, Hardware and Software Modifications, Propulsion Design, and Data Mining, Collection, and Analysis. The scope covers broader propulsion enterprise program requirements, including low noise counter-rotating ducted fans, but specifically excludes Solid Rocket Motors.

Contract Details

  • Type: Multiple Award Contract (MAC) Indefinite Delivery Indefinite Quantity (IDIQ)
  • Ceiling: $16.1 billion
  • Period of Performance: 15 years total (5-year base + 5-year option for ordering, plus 5 years for work completion)
  • NAICS Code: 336412 (Engines & Engine Parts) with a 1,500-employee size standard
  • Product Service Code: AC15 (National Defense R&D Svcs)
  • Funding: Not presently available; no award will be made until funds are secured.
  • Initial Delivery Order (DO1): A fixed-price DO of $1,000 will be awarded concurrently with the basic contract for participation in a virtual Post Award Orientation Conference (PAOC).

Set-Aside & Eligibility

This solicitation is open to all small and non-small (large) companies. All Offerors must complete the Small Business Participation Commitment Document (SBPCD), which is an evaluation factor. Non-small businesses must also submit a Small Business Subcontracting Plan, though it is not an evaluation factor. Foreign firms or U.S. companies with Foreign Ownership, Control, or Influence (FOCI) may participate, but limitations may apply to future DO/TO competitions.

Submission Requirements

  • Proposal Due Date: April 13, 2026, 3:00 PM EST. The Government will not extend this deadline.
  • Submission Method: Electronic copy via DoD SAFE (request link at least three business days prior). No hard copies accepted.
  • Proposal Validity: 180 calendar days from the due date.
  • Proposal Organization:
    • Volume I: Contractual and Administrative Information (Cover Letter, SF 33, OCI Plan, Compliance Statement, SBSP if applicable).
    • Volume II: Technical Proficiency (Subfactor 1: two efforts; Subfactor 2: one effort; Subfactor 3: SBPCD). The SBPCD counts towards the 12-page limit for Volume II, leaving 6 pages for Subfactors 1 and 2 combined.
    • Volume III: Proposal for Delivery Order 01 (DO1) (Commitment letter for PAOC, Price Proposal of exactly $1,000).
  • Classified Information: Not permitted in proposals.

Evaluation Factors

Proposals will be evaluated for acceptability based on Factor 1: Technical Proficiency, which includes three subfactors:

  • Subfactor 1: Technical Capability: Two detailed efforts demonstrating capability in propulsion technology areas (equal importance to Subfactor 2).
  • Subfactor 2: Propulsion Industry Relevance (PIR): One effort demonstrating prior experience in propulsion-relevant technologies (equal importance to Subfactor 1).
  • Subfactor 3: Small Business Participation Commitment Document (SBPCD): A realistic and credible approach to small business utilization (less important than Subfactors 1 & 2). Offerors must receive an acceptable rating for all three subfactors to be eligible for award. The Government reserves the right to award based on initial proposals without discussions.

Key Clarifications

  • The term 'completion' for recency requirements can include significant milestone achievements and/or major deliverables for past or ongoing efforts within the last five years.
  • Only one proposal is authorized per parent CAGE code.

Contact Information

All questions should be sent to the POCs listed below and aflcmc.apacidiq@us.af.mil. Questions are due by 3:00 PM EST on April 13, 2026.

People

Points of Contact

Tanner AlleyPRIMARY
Capt Caelan CampbellSECONDARY

Files

Files

Download
Download
Download
Download
Download
Download
Download
Download
Download
Download

Versions

Version 6
Solicitation
Posted: Apr 2, 2026
View
Version 5
Solicitation
Posted: Apr 1, 2026
View
Version 4Viewing
Solicitation
Posted: Mar 27, 2026
Version 3
Solicitation
Posted: Mar 19, 2026
View
Version 2
Solicitation
Posted: Mar 16, 2026
View
Version 1
Solicitation
Posted: Mar 3, 2026
View