The AFRL (Air Force Research Laboratory) has launched a notice for their Multiple Award Contract (MAC) Indefinite Delivery/Indefinite Quantity (IDIQ) (AMAC) intended for streamlined acquisition of science and technology (S&T) across all technology areas relevant to the AFRL. With their intended mission to discover, develop, and integrate capabilities to support warfighters across air, space, cyberspace, and “cross-cutting” domains, the lab is launching its vehicle to create a pool of qualified contractors and streamline its acquisition of S&T services.
The purpose of the vehicle is to utilize the MAC IDIQ pool of awardees to issue decentralized AFRL task orders (TOs) and delivery orders (DOs) under fair‑opportunity procedures. Individual AFRL directorates are expected to release their own Fair Opportunity Proposal Requests (FOPRs). All details, such as pricing, contract type, delivery expectations and period of performance, will be defined for each specific TO or DO.
AMAC is Multiple Award Indefinite Delivery/Indefinite Quantity (IDIQ) vehicle with an 8-year ordering period made up of a 5-year base period and three 1-year option periods.
AMAC will be acquired under a partial set-aside competition resulting in multiple-year, multiple-award contracts in an unrestricted pool and small business pool of contractors. Contractors who qualify as small businesses under NAICS code (541713, 541714, 541715) and meet the solicitation requirements/qualifications will be designated as members of the small business pool.
To be considered for an award under AMAC, a “qualifying offeror” is an offeror who:
- is determined to be a responsible source IAW FAR Part 9;
- conforms to the requirements of the solicitation (to include all stated terms, conditions, representations, certifications, small business subcontracting plan, and all other information required by Section L of this solicitation);
- the contracting officer has no reason to believe it would be likely to offer other than fair and reasonable pricing at the task order level;
- is rated acceptable for factor 1 (Technical Experience Factor); and
- is rated acceptable for factor 2 (Small Business Participation).
The offeror can be a Joint Venture (JV) but the government “may evaluate technical acceptability for that JV and its individual partners." Finally, only U.S. companies will be considered for award as prime contractors.
Offerors will be considered based on demonstrated S&T prime
performance. Offerors must bid using a self-scoring methodology (through a “credit” based approach) to win a seat on AMAC. The total number of domains is set to four (4) with:
- Air
- Space
- Cyberspace
- Cross-cutting
AFRL requires the completion of a “self-scoring matrix” with a minimum credit threshold to win an award. Offerors must meet or exceed the designated qualification threshold within one or more of the areas of interest (domains). A single contract can be used to demonstrate performance in multiple areas of interest, if applicable. However, multiple contracts demonstrating performance in the same area of interest will not be considered towards a final score. Within each domain, offerors have the opportunity to earn a designated bonus, which will be added to their overall score. For instance, under the AMAC, a minimum awardable score of 1000 is required; however, in the “air” domain, an additional bonus of 500 points is available.
Demonstration of performance in areas of interest
Along with the self-scoring matrix, offerors are required to complete a demonstration of performance in areas of interest (domains) through active or past federal government contracts as a prime contractor. Offerors shall fill out the referenced contract number, title, area of interest, and narrative summary of requirements documents for each contract.
Joint ventures scoring
Offerors may bid either as a single entity or as a joint venture, but not both. Joint venture proposals must be submitted on behalf of the joint venture itself. Past performance from any joint venture member can be included and will count toward the joint venture’s score. If selected, the IDIQ award will go to the joint venture only.
Small Business Participation Commitment Document (SBPCD)
Offerors are required to submit a SBPCD to include small businesses. This will specify offerors commitment to small business utilization for the effort to be performed.
The document must address the following:
- Identification of all small businesses proposed for participation in AMAC
- Socioeconomic category/categories (i.e., small business, small disadvantaged business, WOSM, HUBZone small business, SDVOSB)
- Product Service Code (PSC)
- North American Industry Classification System (NAICS)
- Detailed description of the nature and strength of the relationship with each proposed partner
Contract ceiling:
- Estimated dollar value for all contracts combined is $10B. Individual order values will be based on future needs of customers. The Government does not guarantee a specific number of orders; however, each awardee is assured a minimum order value of $500 during the term of the contract.
Contract Access Fee (CAF):
- N/A
GSA released a pre-solicitation notice/procurement synopsis as well as the draft RFP package for industry review and feedback on December 19, 2025. This included the draft RFP for solicitation FA865226R0001, Statement of Objectives (SOO), a proposal response guide, final version of Section L (instructions, conditions, and notices to offeror or respondent) and a final version of Section M (evaluation factors for award). The final solicitation is anticipated in Q2 of FY26 and potential award by Q4 of FY26.

