Mobile Targets IDIQ
ID: FA282325R0005Type: Presolicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA2823 AFTC PZIOEGLIN AFB, FL, 32542-5418, USA

NAICS

Military Armored Vehicle, Tank, and Tank Component Manufacturing (336992)

PSC

COMBAT, ASSAULT, AND TACTICAL VEHICLES, WHEELED (2355)
Timeline
    Description

    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for Multiple Award Task Order Contracts (MATOCs) to provide mobile land targets at Eglin Air Force Base, Florida. Contractors will be required to supply all necessary materials, equipment, and labor to deliver these target assets in accordance with the Statement of Objectives dated April 4, 2024. This procurement is crucial for military training and operational readiness, and it is open to both large and small businesses registered under NAICS code 336992, with a total anticipated contract value of $49,999,999 over a five-year ordering period. Interested parties should contact Kristina Brannon at kristina.brannon.1@us.af.mil for further details and to ensure compliance with the submission requirements.

    Point(s) of Contact
    Kristina B. Brannon
    kristina.brannon.1@us.af.mil
    Michelle D. Bailey
    michelle.bailey.6@us.af.mil
    Files
    Title
    Posted
    The United States Air Force (USAF) is issuing a Request for Proposal (RFP) for an Indefinite Delivery/Indefinite Quantity (IDIQ) contract focused on mobile target acquisitions necessary for the testing and evaluation of weapon systems. The contract aims to procure various types of mobile targets, including foreign and domestic military vehicles such as main battle tanks, armored personnel carriers, radar systems, and fabricated targets. Specific conditions regarding the state of each asset—new, refurbished, or as-is—will be detailed in individual delivery orders. Environmental considerations, including the removal of hazardous materials, must also be addressed. Contractors will be required to obtain any necessary permits for transport and ensure compliance with inspection and acceptance criteria at the Eglin AFB, FL facility. Evaluations will emphasize factors such as past performance and schedule adherence, potentially prioritizing timeliness over cost. Overall, this RFP represents a critical component in supporting the USAF's operational capacity through effective weapons system testing and development.
    The document outlines a Request for Proposal (RFP) from the Mobile Targets Section (MTS) of the 96 RANSS/RNRT, which is focused on procuring a specialized truck chassis for mobile targets testing at Eglin Air Force Base, Florida. The contractor is required to provide a price quote for a truck chassis in good to very good condition, adhering to specified operational and regulatory standards, without any weapon systems. Key specifications for the truck include a BAZ 69096 Series model with a 12 YaMZ-8401.10-14 V12 diesel engine, to be from the model year 1990 or later without additional options. The deliverables include the truck chassis, an operating manual, vehicle key, and Bill of Lading. The contractor must submit pictures of the truck for government review before the award and ensure that delivery occurs within 180 days after receipt of order (ARO) to the specified location at Eglin AFB. Final inspection will determine acceptance, with rejected items needing removal within ten working days. This RFP reflects the government's commitment to sourcing reliable equipment for military operations while ensuring compliance with technical requirements and delivery protocols.
    The government document outlines a Request for Proposal (RFP) for the procurement of a specialized mobile target system, specifically a MZKT 7930 truck chassis equipped with a 92N6E Gravestone multirole engagement radar, intended for operations at Eglin AFB, Florida. The contractor is required to submit a price quote adhering strictly to specified technical requirements, including condition parameters and functionality for both the truck chassis and radar system. Key features for the truck include operational integrity, minimal corrosion, intact vehicle controls, and sufficient operational capabilities, while the radar must offer advanced tracking features and electronic countermeasures. Deliverables include the chassis, radar, documentation, and operational manuals within a 180-day delivery period post-award. The document emphasizes strict adherence to specifications with a clear delivery procedure to ensure compliance and operational readiness. This RFP reflects the government's focus on high-performance military testing capabilities, underscoring the importance of precise technical specifications in defense contracting.
    The document outlines several government projects related to truck chassis procurement, specifically focusing on three examples: the BM30 SMERCH Truck, BAZ 69096 Series Truck Chassis, and MZKT 7930 Series Truck Chassis. Notably, the evaluated price factor for all projects is listed as $0.00, indicating that pricing details may not have been provided or assessed in this context. The document emphasizes the intent to evaluate proposals for these truck chassis, which could serve various governmental needs. Overall, it serves as a preliminary outline for contractors who may participate in upcoming federal or state and local Requests for Proposals (RFPs) concerning these vehicles.
    The contract detailed in the document aims to procure mobile target assets, including foreign and domestic military armored and non-armored systems, for advanced operational weapons testing and training by the US Air Force. It establishes a Multiple Award IDIQ contract lasting five years to facilitate acquiring these assets from various vendors. The acquisition process involves issuing Fair Opportunity Proposal Requests (FOPRs) for both new and refurbished target assets, with contractors submitting proposed prices. Selection of contractors for delivery orders will be based on the best value to the government, with a primary focus on the "Lowest Price Technically Acceptable" evaluation method. The document also outlines provisions for on-ramping, allowing additional contractors to join the contract as needed. It also mentions customs provisions for foreign assets. Overall, the contract's structure is designed to ensure flexibility, competition, and value in the procurement process, reinforcing the government's strategic objectives in defense operations.
    The document outlines a solicitation for a contract focusing on providing products and services primarily for the Department of Defense, specifically targeting women-owned small businesses (WOSBs) and associated small business programs, with a focus on economically disadvantaged women-owned small businesses (EDWOSBs). It details essential information regarding requisition, contract numbers, offer due dates, and the types of products and services required, including military equipment like tanks and personnel carriers. Key clauses from the Federal Acquisition Regulation (FAR) and Defense FAR Supplement (DFARS) are referenced, including payment instructions, contract terms, and compliance requirements. The contract emphasizes electronic invoicing through the Wide Area Workflow (WAWF) and includes clauses on the protection of government officials' interests and safeguarding sensitive information. The document is structured with sections specifying the responsibilities of both the contractor and the government, delivery terms, payment methods, and guidelines for contract administration. Overall, it reflects the government's commitment to supporting small businesses in the defense industry while ensuring compliance with various regulatory standards.
    The document outlines the Logistics Support Plan for Delivery Order #1 under the Mobile Target Indefinite Delivery/Indefinite Quantity (IDIQ) contract, managed by the 96th Range Support Squadron Target Systems Flight at Eglin AFB, Florida. Its primary purpose is to establish a comprehensive logistics support plan detailing procurement methods, oversight, and management processes related to the Mobile Target IDIQ contract. Key components include the requirement for the contractor to create a tailored plan addressing procurement and logistics up to the point of delivery, with an estimated completion within 21 days post-approval. The deliverables include a Mobile Target Logistics Support Plan, which is to be distributed electronically to the Technical Project Manager and Program Manager, and the document is marked for restricted distribution. The contractor is also required to appoint a Project Manager responsible for coordinating all aspects of the work. Furthermore, any release of information requires explicit approval from the Contracting Officer to maintain confidentiality. This document emphasizes the structured approach needed for efficient logistics and procurement in defense operations, reflecting the meticulous nature of federal contracting processes.
    The Financial Responsibility Questionnaire relates to the Request for Proposal FA2823-25-R-0005, seeking vendors for Mobile Targets at Eglin AFB, FL. This document is designed to assess the financial stability of the contractor applying for the solicitation. It includes questions regarding the contractor's banking relationships, outstanding loans, payment history, line of credit, and average account balances. The questionnaire seeks insights from the contractor's bank about their financial dealings to evaluate their capability and reliability. Moreover, it prompts the bank for any additional remarks that may influence their assessment of the contractor's financial standing. The goal of this process is to ensure that only financially responsible contractors are considered for this indefinite delivery indefinite quantity (IDIQ) contract, aligning with government standards for fiscal accountability. Overall, this questionnaire serves as a critical tool in the vetting process of potential suppliers for government contracts, emphasizing the importance of financial solvency in the procurement process.
    The document outlines the requirements for submitting past performance information related to a federal request for proposal (RFP), specifically FA2823-25-R-0005. It instructs offerors to detail their past contracts, including vital information such as offeror name, contract specifics, period of performance, contract value, and customer contacts. Offerors need to indicate their role as either a prime contractor or subcontractor and describe any unique aspects of their work. The form also emphasizes compliance with federal regulations related to small business utilization and subcontracting plans. Each submission must include a concise analysis of the work performed, outlining any changes to schedules, reasons for these changes, and the percentage of work performed by the reporting entity. Overall, the document serves to gather comprehensive past performance data to evaluate the capability and reliability of potential contractors in fulfilling the current acquisition requirements.
    The Air Force Test Center (OL-Eglin) is seeking to competitively select a contractor for a Mobile Target program, involving the supply of mobile land targets and associated equipment. A crucial component of the proposal evaluation process is assessing the past performance of bidders on previous contracts. To facilitate this, a Past Performance Questionnaire has been distributed to organizations with firsthand experience with the bidders. Participants are requested to complete the questionnaire electronically and submit it within a specified timeframe to aid in the evaluation process. The questionnaire collects detailed information about the contractor's past contracts, including identification details, performance metrics, and the respondent's credentials. Respondents are asked to rate various performance aspects, such as management effectiveness, personnel adequacy, problem resolution, and adherence to quality standards using a rating scale from Exceptional to Unsatisfactory. Additional sections inquire about specific compliance with federal small business regulations. Prompt and detailed responses are encouraged to ensure a comprehensive assessment for successful source selection.
    The document outlines a sample consent letter necessary for subcontractors or teaming partners involved in federal procurement to authorize the release of their past performance information to a prime contractor. Due to privacy concerns, the government requires consent from these subcontractors before disclosing relevant performance data during the source selection process for contract proposals, specifically referencing a Request for Proposal (RFP) by the Department of the Air Force. The letter emphasizes the importance of past performance evaluations in ensuring best value for the government. Companies must submit this consent as part of their past performance submission to facilitate a comprehensive evaluation by the government. The letter includes spaces for the subcontractor’s details and the authorized signatory, underscoring the formal nature of the consent process in government contracting. This procedure highlights the federal emphasis on past performance as a criterion for awarding contracts.
    The 96 RANSS/RNRT Mobile Targets Section is seeking quotes for a BM30 SMERCH truck to support operations at Eglin AFB, Florida. The contractor must provide a fully operational vehicle, prioritizing mechanical capabilities over cosmetic condition, with only minor surface corrosion allowed. The specifications include critical features such as an operational engine, functional braking system, adequate tires, and the absence of leaks. The delivery period is set for 180 days after receipt of order (ARO), with the requirement for key and title upon delivery. Additionally, the contractor must include pictures of the truck for governmental review, and shipping instructions specify delivery to Eglin AFB, accompanied by a Bill of Lading and VIN. The document outlines clear criteria for acceptance and the contractor’s responsibilities regarding rejected items, ensuring compliance with specified technical requirements. This RFP exemplifies the U.S. government's efforts to procure specific military equipment while ensuring quality and operational capabilities through stringent requirements and conditions for delivery and inspection.
    The document is a draft Request for Proposals (RFP) FA2823-25-R-0005 concerning Mobile Land Targets, intended to gather vendor feedback before finalizing the RFP. The response deadline for vendor insights is January 27, 2025, emphasizing that this initial phase is designed to address potential issues and improve the proposal. Following the feedback, the RFP will be revised, and the subsequent official solicitation will have a longer response period. Vendors are instructed to submit their comments via email to the designated contact, Kristina Brannon. This process aligns with federal procurement practices, ensuring that the solicitation effectively meets the needs and concerns of potential contractors.
    The document outlines the Draft Request for Proposals (RFP) FA2823-25-R-0005 for Mobile Land Targets, closing for vendor feedback on January 27, 2025. The purpose of this draft is to gather insights from potential vendors regarding the proposed RFP and identify any concerns or issues before posting the final RFP, which will have a longer submission period. Respondents are invited to send feedback via email, and the document clarifies that feedback should focus on concerns rather than pricing for the sample items, which will be required only in the actual RFP. Additionally, it indicates that submissions regarding past performance will follow a distinct protocol in the final RFP. The draft aims to refine the solicitation process and ensure that potential vendors can contribute effectively to the RFP's content, ultimately leading to a more precise request when formally issued. The document emphasizes engagement with vendors to improve clarity and response quality for the final proposal solicitation.
    The draft RFP FA2823-25-R-0005, dated January 23, 2025, seeks vendor feedback regarding the proposed Mobile Land Targets IDIQ. While responses are due by January 27, 2025, at noon, this phase is intended solely for gathering insight on potential issues rather than formal submissions. Only concerns about the draft should be communicated, not pricing or additional documentation, which will be required when the actual RFP is issued. Vendors are advised to fill out specific attachments related to past performance during the formal RFP phase. The definition of "mobile target" includes various vehicle conditions, and while delivery support is required, no range labor support is necessary. This draft aims to refine the full RFP based on vendor feedback for improved clarity and effectiveness, which is typical in government RFP processes to ensure all parties are adequately informed and engaged before the official solicitation is released.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Mobile Targets IDIQ
    Currently viewing
    Presolicitation
    Similar Opportunities
    Multiple Award Task Order Contract for Resilient Architect-Engineer Services (RAES)
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is issuing a presolicitation for a Multiple Award Task Order Contract (MATOC) for Resilient Architect-Engineering Services (RAES) with a total contract ceiling of $3.4 billion. This contract aims to support Facility Sustainment, Restoration, and Modernization (FSRM) and Military Construction (MILCON) projects, encompassing both Title I and Title II services, and will be available for firms across the continental United States and outlying areas. The procurement is particularly significant as it includes a Partial Small Business Set-Aside, with a reserve for Woman-Owned Small Businesses, and anticipates awarding contracts to approximately six Other-than-Small Business firms and five Small Business firms. Interested parties should note that a virtual Industry Day is scheduled for December 16, 2025, with SF330 submissions due by January 30, 2026. For further inquiries, contact Salvador Castillo at salvador.castillo@us.af.mil or by phone at 830-719-5161.
    Facility Services for Non-Real Property
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to provide facility services for non-real property at Eglin Air Force Base in Florida. The procurement involves a range of services including immediate repairs, annual inspections, and additional maintenance and repair tasks as outlined in the Performance Work Statement dated December 9, 2025. This contract is a total small business set-aside, emphasizing the importance of competitive pricing and past performance in the evaluation process, with a firm-fixed price purchase order to be awarded based on the best value to the government. Interested parties must submit their offers by January 22, 2026, and can direct inquiries to Kristina B. Brannon at kristina.brannon.1@us.af.mil.
    Matador Manor Streetlights
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is seeking contractors for the "Matador Manor Streetlights" project at Malmstrom Air Force Base in Montana. This firm-fixed price contract involves the removal and replacement of streetlights, poles, and concrete bases, along with the installation of new circuits, conduits, conductors, disconnects, and connections to existing transformers, utilizing directional drilling for conduit installation. The contract is a total small business set-aside, with an estimated value between $500,000 and $1 million, and the Request for Proposal (RFP) is expected to be released around December 16, 2025, closing on or about January 21, 2026. Interested contractors must be registered in the System for Award Management (SAM) to be eligible for award, and inquiries can be directed to Lt Alessandra Ramirez at alessandra.ramirez.1@us.af.mil or Cody Babinecz at cody.babinecz@us.af.mil.
    W912HN26RA005 - 100% Total Small Business $400M Two-Phase Design-Build General Construction Multiple Award Task Order Contract (MATOC)
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers Savannah District, is seeking qualified small businesses for a Two-Phase Design-Build General Construction Multiple Award Task Order Contract (MATOC) valued at $400 million. This procurement aims to establish a contract for general construction projects primarily in Georgia and North Carolina, encompassing new construction, renovation, maintenance, and repair work, with task orders ranging from $7 million to $30 million. The awarded contracts will have a base period of five years, and the selection process will utilize a Best Value Decision based on past performance, design experience, and technical capability. Interested parties must submit proposals by December 18, 2025, at 11:00 AM EST via the PIEE Solicitation Module, and can contact Gregory Graham at gregory.m.graham@usace.army.mil for further information.
    MACDILL AFB - MACC 4.0 Industry Day information - 15AUG25
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is hosting an Industry Day for the Multiple Award Construction Contract (MACC) 4.0 at MacDill Air Force Base (AFB) in Tampa, Florida, scheduled for August 15, 2025. This procurement aims to establish a Firm Fixed Price IDIQ contract with an estimated ceiling of $500 million over 7-10 years, focusing on commercial and institutional building construction, with task order values ranging from $100,000 to $5 million. The MACC 4.0 is critical for supporting various military commands and partners, including USSOCOM and USCENTCOM, and emphasizes sustainability, energy efficiency, and compliance with cybersecurity standards under the Cybersecurity Maturity Model Certification (CMMC). Interested contractors are encouraged to register in SAM under NAICS code 236220 and prepare for a Draft RFP anticipated in Q1 2026, with contract awards expected in March 2027. For further inquiries, contact the 6th Contracting Squadron at 6CONS.PKC.MACC4@us.af.mil.
    Common Armament Tester for Fighter (CAT-F)
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the Common Armament Tester for Fighter (CAT-F) program, aimed at developing, manufacturing, and sustaining armament testers for F-16, F-15, and A-10 aircraft. This procurement involves creating a versatile armament tester capable of performing essential maintenance tasks, including Preload, Clean Wing, and Fault Isolation Requirements at both O-Level and I-Level Maintenance. The selected contractors will be responsible for delivering prototypes and subsequent production units, with a total maximum contract value estimated at $420,430,000.00, and the contract period includes a one-year basic term with four one-year options. Interested parties should direct inquiries to Oya Harrison at oya.harrison.1@us.af.mil or Alexis Davis at alexis.davis.13@us.af.mil, noting that the proposal due date is currently indefinite due to a protest, with updates to be provided in forthcoming amendments.
    Small Business Construction MATOC
    Dept Of Defense
    The U.S. Army Corps of Engineers, New England District, is soliciting proposals for a Small Business Construction Multiple Award Task Order Contract (MATOC) valued at $90 million, aimed at providing construction services across its Area of Responsibility. This Indefinite Delivery/Indefinite Quantity (IDIQ) contract will support military and interagency projects, including sustainment, restoration, modernization, and new construction, with task orders ranging from $500,000 to $10 million. The MATOC is critical for ensuring timely execution of construction needs in a climate of uncertain funding and compressed timelines, while also promoting competition among small businesses. Interested parties can contact Elizabeth Glasgow at elizabeth.k.glasgow@usace.army.mil or Erin Bradley at Erin.E.Bradley@usace.army.mil for further information, with the contract ordering period set for five years.
    FY26 Airfield Striping & Rubber Removal
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the FY26 Airfield Striping & Rubber Removal project at Dover Air Force Base in Delaware. This procurement is a 100% Small Business set-aside, requiring contractors to provide all necessary labor, materials, equipment, and tools for the project, which has a magnitude between $250,000 and $500,000. The contract will be a Firm Fixed Price (FFP) type, with a performance period of 365 calendar days from the notice to proceed, and proposals are due by 1:00 PM EST on January 9, 2026. Interested parties should direct inquiries to SSgt Mariah Thompson at mariah.thompson@us.af.mil or Mr. Dimas Bernacchia at dimas.bernacchia.2@us.af.mil, and proposals must remain valid through March 31, 2026.
    Master Breacher Range Support
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking proposals for the Master Breacher Range Support contract at Fort Benning, Georgia. This procurement aims to provide materials and labor for the Regimental Master Breacher Course (RMBC), which includes responsibilities such as constructing and cleaning targets, procuring materials, and ensuring compliance with safety and environmental regulations. The contract is significant for enhancing demolition training for the 75th Ranger Regiment and is set aside for small businesses, with a total award amount of $45 million. Proposals are due by December 18, 2025, at 10:00 AM EST, and interested parties should direct inquiries to SSG Dwayne Phelps or Rafael Alamedapabon via the provided email addresses.
    Multiple Award Task Order Construction Contracts (MATOC) at Tobyhanna Army Depot
    Dept Of Defense
    The Department of Defense is initiating a presolicitation for Multiple Award Task Order Construction Contracts (MATOC) at the Tobyhanna Army Depot (TYAD) in Pennsylvania. This procurement aims to establish Indefinite Delivery/Indefinite Quantity (IDIQ) contracts for minor construction, repairs, maintenance, alterations, and emergency services, requiring contractors to provide all necessary labor, materials, and equipment. The contract is a total small business set-aside, with a magnitude between $25 million and $100 million, and the solicitation is expected to be issued around January 13, 2026. Interested contractors must be registered in SAM.gov and can contact Justin Marino at justin.m.marino2.civ@army.mil or Brian Souter at Brian.J.Souter.civ@army.mil for further information.