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 is soliciting proposals for Materiel Management Operations (MMO) Services at Edwards Air Force Base, CA. This Firm-Fixed-Price contract, under RFP FA930126R0005, seeks a contractor to provide comprehensive logistics support. The acquisition is Unrestricted (Full and Open). Proposals are due April 10, 2026, at 11:00 AM PDT.
Scope of Work
The contractor will furnish all labor, supervision, facilities, vehicles, equipment, supplies, tools, materials, and nonpersonal services (excluding Government-furnished items) to perform MMO services. Key responsibilities include:
- Materiel Management Operations (MMO) and Documented Cargo Operations (DCO).
- Management of Controlled Areas, Hazardous Materials (HAZMAT), and Nuclear Weapons Related Materiel (NWRM).
- Quality Assurance/Control, Training, Security (physical, personnel, IT), Safety, Environmental Protection, and Records Management.
- Personnel must possess Secret or higher security clearances.
- The contractor will provide secure storage for small arms/light weapons (SA/LW) and their own vehicles for material transport, while operating Government-provided COMSEC suites.
Contract & Timeline
- RFP Number: FA930126R0005
- Contract Type: Firm-Fixed-Price
- Set-Aside: Unrestricted (Full and Open)
- NAICS Code: 561210 (Facilities Support Services)
- Product Service Code: R706 (Logistics Support Services)
- Period of Performance: 5 years (1 basic year + 4 option years), from May 1, 2026, to April 30, 2031.
- Proposal Due: April 10, 2026, 11:00 AM PDT
- Questions Due: March 27, 2026, 11:00 AM PDT
- Site Visit: March 24, 2026, 9:00 AM PDT (RSVP by March 17, 2026, 11:00 AM PDT)
- Incumbent: Data Monitor Systems, Inc. (Contract FA930126D0004)
Submission & Evaluation
Proposals must be submitted electronically via email in two volumes: Price (SF 1449) and Technical (max 40 pages). Award will be made on a Lowest Price Technically Acceptable (LPTA) basis. The Government seeks proposals with a total price less than $25M, though this is a courtesy and not a strict ceiling. Funds are contingent upon availability.
Technical evaluation includes three subfactors:
- Experience: Demonstrate prime contractor experience on one project within the last 5 years, valued at $18M+, with similar scope/magnitude in facility support services (MMO).
- Past Performance: Provide recent and relevant past performance (within last 5 years, $18M+ value, similar size/complexity).
- Vendor Mission Essential Plan: A written plan for continuing essential contractor services during a crisis (DFARS 252.237-7024(b)).
Additional Notes
Offerors must be registered in SAM.gov. The inclusion of DFARS 252.226-7002 (Demonstration Project for Contractors Employing Persons with Disabilities) is tied to Evaluation Criteria Subfactor 1(b)(2); the solicitation remains unrestricted.