Skip to content
Department of Defense

New Generation Ammunition & Munitions Equipment (NGAME) for MMHE

Solicitation: FA8532-25-I-NGAME
Notice ID: e4db5566b6104ff08c931410694c685a
TypeSources SoughtNAICS 332993Set-AsideNONEDepartmentDepartment of DefenseAgencyDept Of The Air ForceStateGAPostedFeb 26, 2026, 12:00 AM UTCDueMar 11, 2026, 08:00 PM UTCCloses in 13 days

Sources Sought from DEPT OF THE AIR FORCE • DEPT OF DEFENSE. Place of performance: GA. Response deadline: Mar 11, 2026. Industry: NAICS 332993.

DoD CMMC Readiness
Modern compliance support by Federal Bid Partners

CMMC support options for this DoD solicitation

As DoD CMMC rollout expands, approximately 80%+ of DoD solicitations are expected to include cybersecurity/CMMC requirements, including many non-tech scopes.

Done-for-you service
CMMC start-to-finish with FBP
$2,000
Registered Practitioner logo
Guided by a Registered Practitioner with practical DoD workflow support.
  • Gap review, remediation roadmap, and implementation support
  • Policy package, evidence mapping, and submission prep
  • Designed for primes and subs across non-tech and tech work
Start CMMC with Federal Bid Partners →
AI-powered application
CMMC Pulsar™ start-to-finish
$399
CMMC Pulsar logo
First-of-its-kind CMMC Pulsar™ app to run your CMMC workflow with AI assistance.
  • Structured checklist, AI guidance, and progress tracking
  • Build evidence and controls with clearer next-step workflows
  • Ideal for teams that want speed plus affordability
Open CMMC Pulsar™ →
Solicitation context: FA8532-25-I-NGAME. Requirements vary by acquisition and contract type; COTS-only exceptions may apply.

Market snapshot

Awarded-market signal for NAICS 332993 (last 12 months), benchmarked to sector 33.

12-month awarded value
$545,328,463
Sector total $21,000,300,080 • Share 2.6%
Live
Median
$261,115,250
P10–P90
$91,423,050$430,807,450
Volatility
Volatile130%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
2.6%
share
Momentum (last 3 vs prior 3 buckets)
+100%($545,328,463)
Deal sizing
$261,115,250 median
Use as a pricing centerline.
Live signal is computed from awarded notices already observed in the system.
Signals shown are descriptive of observed awards; not a forecast.

Related hubs & trends

Navigate the lattice: hubs for browsing, trends for pricing signals.

We write these bids →
Open on SAM.gov →
Map for GA
Live POP
Place of performance
Warner Robins, Georgia • 31098 United States
State: GA
Contracting office
Robins Afb, GA • 31098-1670 USA

Point of Contact

Name
Lt. Tanner Reed
Email
tanner.reed.2@us.af.mil
Phone
Not available
Name
Capt Kade Waguespack
Email
kade.waguespack@us.af.mil
Phone
Not available

Agency & Office

Department
DEPT OF DEFENSE
Agency
DEPT OF THE AIR FORCE
Subagency
AIR FORCE MATERIEL COMMAND
Office
AIR FORCE LIFE CYCLE MANAGEMENT CENTER • COMBAT READINESS • FA8532 AFLCMC WNKAA
Contracting Office Address
Robins Afb, GA
31098-1670 USA

More in NAICS 332993

Description

UPDATE (27 Oct 2025) :

Due to the ongoing Government Shutdown, the Response Due Date is now extended until 11 November.

***************************************************

UPDATE (16 Oct 2025) :

Due to the ongoing Government Shutdown, the virtual Industry Day is now postponed with a date to be set in the future. 

Thank you for your flexibility.

****************************************************

UPDATE (14 Oct 2025) :

The Due Date for responses on this Sources Sought is hereby extended to 28 October 2025 at 1700 EST. 

The Industry Day for this opportunity is now tentatively moved to 12-13 November. 

Both of these dates are subject to further change pending the ongoing Government Shutdown.

****************************************************

CAUTION:

The Government is conducting market research to identify potential sources that possess the expertise, capabilities, and experience to meet the requirements for designing, developing, manufacturing, and sustaining innovative munitions material handling equipment (MMHE). This includes, but is not limited to, systems such as Ammunition Loading Systems, Small Munitions Trailers, Large Munitions Trailers, “Family” of Jammers, and other Munitions Handling Units (MHUs). The NGAME provider strategy has been developed to obtain leverage for modernization efforts, improve or replace aging assets, and continue to enhance a robust industrial vendor base. The level of security clearance and foreign participation has not been determined at this time.

Contractors responding to this market research are placed on notice that participation in this survey may not ensure participation in future solicitations or contract awards. The Government will not reimburse participants for any expenses associated with their participation in this survey.

FAR 52.215-3—Request for Information or Solicitation for Planning Purposes (Oct 1997)

a) The Government does not intend to award a contract based on this Sources Sought Synopsis (SSS) or to pay for the information solicited except as an allowable cost under other contracts as provided in the subsection 31.205-18, Bid and proposal costs, of the Federal Acquisition Regulation.

b) Although “proposal” and “offeror” are used in this Request for Information, your response will be treated as information only. It shall not be used as a proposal.

INSTRUCTIONS:

1. Below is a description of the NGAME requirement and a Contractor Capability Survey which allows you to provide your company’s capability and to provide industry feedback regarding various aspects of this effort.

2. If after receiving these documents, you desire to participate in market research, you should respond to the Contractor Capability Survey to reflect your company’s capability in meeting these requirements. Failure to provide documentation may result in the Government being unable to adequately assess your capabilities.

3. Both large and small businesses are encouraged to participate in this Market Research. The Government anticipates holding a virtual Industry Day October 29-30, 2025, in support of this effort. More information to be published later.

4. Questions related to this SSS/market research, as well as responses to the Contractor Capability Survey, should be addressed to the Support Equipment and Vehicles Contracting Office Team listed below:

1st Lt Tanner Reed (tanner.reed.2@us.af.mil) & Capt. Kade Waguespack (kade.waguespack@us.af.mil)

PURPOSE/DESCRIPTION

The Government is conducting market research to identify potential sources that possess the expertise, capabilities, and experience to meet the qualification requirements for the Support Equipment & Vehicles (SE&V) Division's MMHE portfolio. The primary purpose of the proposed NGAME contract is to establish a robust industrial vendor base capable of designing, developing, testing, manufacturing, and sustaining innovative MMHE. A significant emphasis of this effort is on equipment that must achieve and maintain Nuclear Certification in accordance with AFI 63-125, Nuclear Certification Program.

For the purposes of NGAME, MMHE is defined as equipment used to handle, transport, and load, munitions. The scope of this NGAME Indefinite Delivery/Indefinite Quantity (IDIQ) multiple award contract (MAC) includes a range of MMHE supporting the safe handling, transporting and loading of nuclear and conventional munitions and related commodities. The secondary purpose is to design, develop, test, sustain, and integrate new hardware/software into new or existing MMHE. Contractors providing these supplies shall incur incidental services to source, acquire, and ensure delivery of these end items. A significant emphasis will be placed on digital engineering, to include model-based systems engineering, simulation, and the generation of complete Technical Data Packages (TDPs)

North American Industry Classification Codes (NAICS) associated with previous procurements of similar equipment include, but are not limited to, 332710, 332312, 332510, 332993, 332994, 333922, 333923, 333924, 333999, 334511, 336413, 541330, 541511, 541512, 541614, 541715, 611519, and 811310.

In certain instances, the Government may require testing to ensure that the assets meet their specified requirements and to determine their acceptability. Commonly referred to as “first article testing” (FAT), the NGAME will include Developmental Test (DT), Qualification Test and Evaluation (QT&E), Coordination of Operational Testing (OT) and production-related testing. The types of testing that may be requested include DT/OT/QT&E for Developmental and commercial-off-the-shelf (COTS) or non-developmental items, as well as lot acceptance tests, pre-production qualification tests (PPQT), production qualification tests (PQT), and production acceptance test and evaluation (PAT&E). These tests may not apply to every CSE asset or order requested and will be deemed necessary by the SE&V IPT prior to issuing a delivery order on the NGAME IDIQ.

A significant emphasis will be placed on digital engineering, to include model-based systems engineering, simulation, technical data, and provisioning.

The Government anticipates awarding a 10-year Indefinite Delivery/Indefinite Quantity (IDIQ) Multiple Award Contract (MAC), featuring on-ramp and off-ramp provisions to allow for the addition or removal of vendors throughout the contract period. The government will issue Multiple IDIQ contracts to all Offerors determined as responsible and acceptable within the evaluation criteria. The anticipated period of performance is a two-year basic period and four, two-year options to extend performance to a total of ten years if all options are exercised. The total estimated ceiling of this program is $920M. All responses should be sent via email to 1st Lt Tanner Reed (tanner.reed.2@us.af.mil), and Capt. Kade Waguespack (kade.waguespack@us.af.mil). Responses should be received no later than close of business on 14 OCT 2025. Please ensure data is in a readable electronic format that can be received through a firewall. Attachments shall not exceed 10 MB per email. Multiple emails are acceptable.

Files

Files size/type shown when available.

BidPulsar Analysis

A practical, capture-style breakdown of fit, requirements, risks, and next steps.

Analysis is being generated for this notice. Check back shortly.

FAQ

How do I use the Market Snapshot?

It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.

Is the data live?

The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.

What do P10 and P90 mean?

P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.