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) IDIQ, a Multiple Award Contract (MAC) Indefinite Delivery Indefinite Quantity (IDIQ). This contract aims to rapidly develop and implement novel propulsion technologies and system concepts for the U.S. Air Force and strategic partners across all lifecycle phases. Proposals are due April 13, 2026, at 3:00 PM EST.

Purpose & Scope

The APAC IDIQ will provide the Air Force Life Cycle Management Center Propulsion Directorate (AFLCMC/LP) with the capacity to rapidly develop technologies, implement unique solutions, and advance new technologies and system concepts. The scope covers evolutionary, revolutionary, and disruptive capabilities for propulsion development, including technology maturation, concept development, integration, procurement, production, fielding, operations, and sustainment, maximizing digital environment use. Key areas include Science & Technology, R&D, Test & Evaluation, Integration, Production, Operations & Sustainment, Modernization, Prototyping, and Propulsion Design. The RFP is not limited to gas turbine engines for fixed-wing aircraft; it covers broader propulsion enterprise program requirements.

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 ordering period, 5-year option ordering period, plus 5 years for work completion)
  • NAICS: 336412 (Engines & Engine Parts), Size Standard: 1,500 employees
  • PSC: AC15 (National Defense R&D Svcs; Department Of Defense Military; R&D Facilities & Maj Equip)
  • Set-Aside: Open competition, with strong emphasis on Small Business Participation. Section 8(a) award provisions are included, indicating potential set-aside for eligible 8(a) participants at the task order level.
  • Contract Types: Delivery Orders may be Firm Fixed Price, Fixed Price Incentive Firm, Cost Plus Fixed Fee, Cost, or others.
  • Minimum Guarantee: Negotiated price of Delivery Order 1 base ($1,000 for a post-award conference).

Submission & Evaluation

  • Proposal Due Date: April 13, 2026, 3:00 PM EST. No extensions will be granted.
  • Submission Method: Electronic via DoD SAFE (request link at least 3 business days prior).
  • Proposal Validity: 180 calendar days.
  • Organization: Proposals must be clear, concise, and organized into three volumes:
    • Volume I: Contractual and Administrative Information (Cover Letter, SF 33, OCI Plan, SBSP).
    • Volume II: Technical Proficiency (Subfactor 1: Technical Capability - two efforts; Subfactor 2: Propulsion Industry Relevance - one effort; Subfactor 3: Small Business Participation Commitment Document (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 (Commitment letter for virtual PAOC, Price Proposal of $1,000).
  • Evaluation: Proposals will be evaluated for acceptability in Factor 1: Technical Proficiency. Subfactors 1 and 2 are equally important and significantly more important than Subfactor 3. Offerors must receive an acceptable rating for all three subfactors to be eligible for award. The government may award without discussions.

Key Clarifications

  • The solicitation is open to all small and non-small (large) companies. Non-small businesses must submit a Small Business Subcontracting Plan.
  • The term 'completion' for recency requirements can include significant milestone achievements for past or ongoing efforts within the last five years.
  • Only one proposal is authorized per parent CAGE code.
  • An editable SF33 was provided on April 1, 2026.

Contact Information

Questions should be sent to the POCs listed below and aflcmc.apacidiq@us.af.mil.

People

Points of Contact

Tanner AlleyPRIMARY
Capt Caelan CampbellSECONDARY

Files

Files

Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download

Versions

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