Materiel Management Operations Services (MMO)
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
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, AFTC Contracting Directorate, Edwards AFB, CA, is seeking proposals for Materiel Management Operations (MMO) Services under RFP Number FA930126R0005. This is an Unrestricted acquisition for a Firm-Fixed-Price contract. Proposals are due by April 10, 2026, at 11:00 AM PDT.
Scope of Work
The contractor shall provide all necessary labor, supervision, facilities, vehicles, transportation, equipment, supplies, tools, materials, and nonpersonal services to perform comprehensive Materiel Management Operations. This includes, but is not limited to, Materiel Management Operations (MMO) services, Documented Cargo Operations (DCO), Controlled Areas management, Asset Management, Storage Protection, Hazardous Materials (HAZMAT) management, Nuclear Weapons Related Materiel (NWRM) tasks, Quality Assurance, Training, and Security. Contractors must provide their own vehicles for material transport. Personnel will require Secret security clearances.
Contract Details
- RFP Number: FA930126R0005
- Contract Type: Firm-Fixed-Price
- NAICS Code: 561210
- PSC: R706 (Logistics Support Services)
- Period of Performance: A 5-year contract, consisting of a 1-year basic period and four 1-year option periods. The anticipated start date is June 1, 2026.
- Place of Performance: Edwards Air Force Base, California.
- Affordability Target: The Government seeks proposals with a total price less than $25M, though this is not a ceiling or floor.
- Funding: Funds are not presently available; the Government's obligation is contingent upon fund availability.
- Incumbent: Data Monitor Systems, Inc. (Contract FA930126D0004).
- Collective Bargaining Agreement (CBA): An existing CBA is in place with Data Monitor Systems, Inc. and The International Brotherhood of Teamsters, Local No. 87, effective August 1, 2024, through August 1, 2027. Bidders should review this agreement.
Submission & Evaluation
- Proposal Due Date: April 10, 2026, 11:00 AM PDT.
- Submission Method: Electronically via email to amanda.tate@us.af.mil and norman.mackie.1@us.af.mil.
- Proposal Structure: Two volumes are required: Volume I (Price Proposal) and Volume II (Technical Submission).
- Technical Volume Page Limit: Maximum of 40 pages, including Experience Sheets and the Vendor Mission Essential Plan.
- Evaluation Criteria: Award will be made on a Lowest Price Technically Acceptable (LPTA) basis. The lowest-priced offeror's technical submission will be evaluated first.
- Technical Subfactors:
- Experience: Demonstrate prime contractor experience on one project within the last 5 years, valued at $18M or greater, of similar scope/magnitude, and involving facility support services (MMO).
- Past Performance: Demonstrate satisfactory performance on recent (within 5 years) and relevant (>= $18M, similar scope) projects.
- Vendor Mission Essential Plan: Provide a plan for continuing essential contractor services during a crisis, per DFARS 252.237-7024(b).
- Eligibility: Offerors must be registered in SAM.gov. While DFARS 252.226-7002 (Demonstration Project for Contractors Employing Persons with Disabilities) is referenced, the acquisition is unrestricted, and meeting its criteria is tied to Evaluation Criteria Subfactor 1(b)(2).
- Negotiations: The Government intends to award without negotiations but reserves the right.
Key Contacts
- Primary: Amanda Tate (amanda.tate@us.af.mil)
- Secondary: Norman Mackie (norman.mackie.1@us.af.mil)