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) has issued a Request for Proposal (RFP) FA930126R0005 for Materiel Management Operations (MMO) Services. This is an unrestricted, Firm-Fixed-Price acquisition seeking qualified contractors to provide comprehensive materiel management support at Edwards Air Force Base, California. Proposals are due by April 10, 2026, at 11:00 AM PDT.
Scope of Work
The contractor shall furnish all necessary labor, supervision, facilities, vehicles, equipment, supplies, tools, materials, and nonpersonal services to perform Materiel Management Operations (MMO). This includes planning, coordination, and surveillance of activities to ensure disciplined work performance and timely resource application. Key areas of responsibility encompass Controlled Areas management, Hazardous Materials (HAZMAT) management, Documented Cargo Operations (DCO), Nuclear Weapons Related Materiel (NWRM) tasks, Quality Assurance/Control, Training, Security, Safety, Environmental Protection, and Records Management. The contract will cover a 5-year period, consisting of a 1-year base and four 1-year option periods.
Contract Details
- RFP Number: FA930126R0005
- Contract Type: Firm-Fixed-Price
- Set-Aside: Unrestricted (Full and Open)
- NAICS Code: 561210 (Facilities Support Services)
- PSC: R706 (Logistics Support Services)
- Period of Performance: 5 years (1 base year + 4 option years), from May 1, 2026, to April 30, 2031.
- Affordability Target: The Government seeks proposals with a total price less than $25M, though this is a courtesy and not a strict ceiling or floor.
- Funding: Contingent upon the availability of appropriated funds.
Key Dates
- RFP Issue Date: March 10, 2026
- Site Visit RSVP Due: March 17, 2026, 11:00 AM PDT (Email evelyn.lohberger@us.af.mil and elizabeth.goodwin.2@us.af.mil with required info)
- Site Visit: March 24, 2026, 9:00 AM PDT at Edwards AFB, CA (in-person only, Real ID required)
- Questions Due: March 27, 2026, 11:00 AM PDT (Email amanda.tate@us.af.mil and norman.mackie.1@us.af.mil)
- Proposal Due Date: April 10, 2026, 11:00 AM PDT
Submission Requirements
Proposals must be submitted electronically via email in PDF format, structured into two volumes:
- Volume I: Price Proposal (no page limit, complete SF 1449 and provisions)
- Volume II: Technical Submission (maximum 40 pages, excluding cover/signature pages; highlight ability to meet PWS and addendum requirements) Proposals must adhere to specific formatting (Times New Roman 12pt+, 1" margins, single-spaced). SAM registration is required for award eligibility.
Evaluation Criteria
Award will be made on a Lowest Price Technically Acceptable (LPTA) basis. The evaluation process involves:
- Price Evaluation: Offerors are ranked by Total Evaluated Price (TEP), which includes a 6-month extension option.
- Technical Evaluation: The lowest TEP offeror's technical submission is evaluated on an "Acceptable" or "Unacceptable" basis across three subfactors. If unacceptable, the next lowest priced offeror is evaluated.
- Experience: Demonstrate prime contractor experience on one project within the last 5 years, valued at $18,000,000 or greater, of similar scope/magnitude/complexity, and involving facility support services (MMO).
- Past Performance: Demonstrate satisfactory performance on recent (within 5 years) and relevant ($18,000,000 or greater, similar size/complexity) projects.
- Vendor Mission Essential Plan: Provide a written plan detailing how essential contractor services will continue during a crisis, per DFARS 252.237-7024(b). An overall "Acceptable" technical rating requires an "Acceptable" rating in all three subfactors.
Special Considerations
While the solicitation is unrestricted, meeting the criteria for employing severely disabled individuals (DFARS 252.226-7002) is required for award. The incumbent contractor is Data Monitor Systems, Inc. The Government intends to award without negotiations but reserves the right to conduct them.