Munitions Material Handling Equipment (MMHE) Follow-on
ID: MMHE-EglinType: Presolicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA8681 AFLCMC EBDEGLIN AFB, FL, 32542-6883, USA

NAICS

Industrial Truck, Tractor, Trailer, and Stacker Machinery Manufacturing (333924)

PSC

MATERIAL HANDLING EQUIPMENT, NONSELF-PROPELLED (3920)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, through the Department of the Air Force, is soliciting proposals for the Munitions Material Handling Equipment (MMHE) Follow-on project, specifically under Solicitation Number FA868125R0001. This procurement aims to secure equipment and support for munitions operations, including manufacturing, refurbishment, and logistics management, with a focus on enhancing operational efficiency across military bases. The contract will be awarded as an Indefinite Delivery Indefinite Quantity (IDIQ) with a minimum ordering amount of $1,000, and proposals must be submitted electronically by April 21, 2025, with inquiries due by April 7, 2025. Interested vendors can contact Ashley Goodman at ashley.goodman.2@us.af.mil or James Barnes at james.barnes.49@us.af.mil for further details.

    Files
    Title
    Posted
    The document pertains to the "Annual Representations and Certifications" provision required under federal acquisition regulations. It outlines necessary business classifications for solicitors, including the North American Industry Classification System (NAICS) code 333924, and defines small business size standards: 900 employees for general categories and 500 or 150 employees for specific cases. The document also details compliance requirements with the System for Award Management (SAM) and identifies a list of applicable representations and certifications, including those related to pricing determination, influenced federal transactions, and various business behaviors. Offerors must verify the accuracy of their representations electronically through SAM and notify of any amendments. This regulation aims to ensure full transparency and compliance from businesses participating in federal acquisitions, guiding their eligibility and granting process.
    The document outlines the clauses incorporated by reference and full text clauses relevant to the federal government Request for Proposals (RFPs) and contracts. It details various regulations, ensuring compliance with federal laws affecting contractors, including compensation rules regarding former Department of Defense officials, anti-terrorism subcontracting clauses, and specific requirements for safeguarding sensitive information. The file lists numerous clauses on topics such as labor rights, small business utilization, prompt payment provisions, and the necessity for unique item identification in defense procurement. Additionally, it emphasizes ethical conduct, including prohibitions against bribery and conflict of interest. The structured approach facilitates understanding of the comprehensive legal framework governing federal acquisitions, aimed at ensuring transparency, accountability, and fair competition among contractors. This documentation is fundamental for potential contractors to navigate the requirements effectively when responding to government solicitations.
    The document outlines various clauses incorporated by reference and full text for a solicitation related to government contracts, specifically addressing compliance mandates for contractors operating with the U.S. Department of Defense (DoD). It includes requirements concerning compensation of former DoD officials, prohibition on contracting with firms linked to state sponsors of terrorism, guidelines for safeguarding sensitive defense information, and stipulations for employee rights under labor laws. Specific clauses emphasize the importance of ethical conduct, contractor responsibilities in maintaining personnel information confidentiality, and ensuring proper invoicing practices. Additionally, it details unique identification requirements for items delivered under contracts exceeding a predefined cost, enhancing inventory management and accountability. The document establishes clear directives for offer submission processes and evaluation criteria. Overall, it serves to inform potential contractors about federal regulations to ensure compliance, ethical business practices, and proper execution of contracts, reflecting the government's commitment to maintaining high standards in procurement processes.
    The Department of the Air Force, through the Air Force Life Cycle Management Center, is issuing a Request for Proposal (RFP) for the Munitions Material Handling Equipment (MMHE) Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Contract. The RFP seeks proposals for a Firm-Fixed Price for six JSM Trailer Chock Sets, with specifications outlined in an attached drawing. Proposals must ensure delivery within 90 calendar days following the order and should be formatted to include shipping costs. Technical acceptability will be evaluated based on price and delivery schedule adherence. Offerors have until April 16, 2025, to submit their proposals, which should be valid for a minimum of 90 days. The Government reserves the right to cancel the RFP at any time without obligation. The document emphasizes compliance with proposal guidelines to avoid rejection, and selected vendors must submit proof of delivery upon contract completion. This procurement demonstrates the Air Force's commitment to ensuring operational efficiency through adequate support equipment.
    The Department of the Air Force has issued Amendment 2 for a Munitions Material Handling Equipment (MMHE) Indefinite Delivery Indefinite Quantity (IDIQ) Contract, requesting proposals for a JSM Trailer Chock Set. Interested vendors are invited to submit Firm-Fixed Price proposals following the outlined specifications, which include specific delivery requirements. The proposal must be submitted electronically by April 21, 2025, with a delivery timeframe of 90 calendar days after receipt of order. Proposals will be evaluated based on technical acceptability, price reasonableness, and adherence to the required delivery schedule. The government reserves the right to cancel the request for proposals at any point without obligation. Only proposals conforming to the requirements will be considered, emphasizing the importance of compliance. Contact details for submission and inquiries are provided in the document. This request aligns with government protocols for RFPs and contract awards, reflecting a structured procurement process.
    The Department of the Air Force is seeking competitive proposals for Munitions Materiel Handling Equipment (MMHE) through an Indefinite Delivery Indefinite Quantity (IDIQ) contract. This contract, with a minimum ordering amount of $1,000.00, aims to produce and deliver MMHE support equipment for both domestic and international locations, with an initial focus on JSM Trailer Chock Sets. The Government plans to award up to six contracts over a five-year period, assessing offerors based on technical capabilities, past performance, and program management skills. Offerors must submit detailed proposals that include an executive summary, technical/management approach, and delivery order pricing, adhering to specific page limits. Technical and managerial capabilities are critically evaluated, with criteria including equipment manufacturing, refurbishment, and quality assurance processes. The proposal evaluation will prioritize technical excellence over pricing, although price reasonableness will be assessed for subsequent orders. The submission deadline for proposals is April 21, 2025, with any inquiries due by April 7, 2025. This solicitation underlines the Government's commitment to enhancing munition handling supply chains while ensuring adherence to Federal Acquisition Regulations.
    The Department of the Air Force is soliciting proposals for Munitions Materiel Handling Equipment (MMHE) through an Indefinite Delivery Indefinite Quantity (IDIQ) Follow-On Multiple Award Contract at Eglin Air Force Base, Florida. The objective is to provide munition support handling equipment domestically and internationally, focusing on manufacturing and assembly processes as outlined in the Statement of Work (SOW). The $1,000 minimum initial delivery order includes the production of up to six JSM Trailer Chock Sets. The IDIQ structure will consist of four Contract Line Item Numbers (CLINs) involving prototype production, equipment manufacturing, refurbishment support, and program management. Proposals will be evaluated based on technical capability and program management efficacy, with no cost reimbursement for proposal preparation. Notably, the government's emphasis is on high technical performance rather than pricing considerations. Offerors must adhere to strict proposal guidelines, provide past performance details, and demonstrate understanding in various technical areas. The deadline for proposal submission is April 16, 2025, and inquiries are accepted until April 2, 2025. This request underscores the Air Force's commitment to enhancing its operational capabilities through reliable equipment management and supplier collaboration.
    The Department of the Air Force seeks to address inquiries related to the Munitions Materiel Handling Equipment (MMHE) within the context of a Request for Proposals (RFP). The document clarifies specific submission guidelines, including page count limits and formatting requirements for the proposals. For example, a cover page counts towards the total page limit, and the Table of Contents (ToC) must be included only in Volume I. It addresses questions regarding existing contracts, stating that there are no incumbents for the JSM chocks. Additionally, the document outlines that the government expects proposals to adhere to a fixed-price contract structure and specifies a required 90-day delivery schedule for proposals. It emphasizes the importance of relevant experience and details the expectations surrounding proof loading and load testing for the JSM Trailer. Overall, the document aims to streamline the proposal process by providing clarity on the RFP submission requirements, ensuring that all interested vendors have an equitable opportunity to compete for the contract.
    The document outlines a series of questions and answers regarding the Request for Proposals (RFP) for Munitions Materiel Handling Equipment (MMHE) from the Department of the Air Force. It specifies guidelines for proposal submissions, including page count limitations, formatting, and the inclusion of a table of contents (ToC) in Volume I. The JSM chocks' incumbent status is clarified, revealing that there are no previous contracts for these specific items. Proposals must adhere to a fixed-price contract structure over a five-year period, with flexibility permitted in subsequent delivery orders. The document addresses considerations for relevant experience and the necessity of meeting a 90-day delivery schedule. Additionally, it stipulates that deviations in proposal submissions are not allowed and emphasizes the importance of clarity and coherence in the technical approaches of vendors. The overall focus is on ensuring compliance with the established requirements to facilitate a competitive procurement process while maintaining high standards in proposal presentations.
    The document outlines the responses to questions concerning the Munitions Materiel Handling Equipment (MMHE) RFP from the Department of the Air Force. It addresses submission requirements, including the addition of cover pages and tables of contents for proposal volumes. Key points include that cover pages count towards total page limits, tables of contents should be consolidated in Volume I, and there are existing incumbents for the project. The Air Force emphasizes that additional pages for administrative items are not permitted and has set tight page limits for executive summaries and technical approaches. The document clarifies font size and style requirements, prioritizing clarity in vendor submissions. It reaffirms the evaluation team's stance that the allocated page space is adequate for responses, aiming to ensure focused proposals addressing technical and management strategies. Overall, the document serves to guide prospective vendors in preparing their proposals in compliance with the RFP's specific conditions.
    The document is a set of Questions and Answers regarding the Munitions Materiel Handling Equipment (MMHE) proposal process by the Department of the Air Force. It addresses various procedural aspects related to volume submissions, page counts, formatting requirements, and technical specifics for offerors. Key points include that cover pages and table of contents will count toward the total page limit, and the font requirement must adhere to the 12-point Times New Roman standard. The government confirmed that existing incumbents are involved and clarified the specificity of responses required for FAR compliance, indicating no separate pages will be accepted for certain clauses. Additionally, no changes to volume page counts were granted to allow for longer executive summaries, affirming that the current structure provides sufficient clarity for technical approaches. Lastly, guidelines on Classification Uncontrolled Information (CUI) markings were confirmed, indicating the specific placement within document margins. This Q&A structure aims to ensure clarity and adherence to proposal guidelines for potential contractors participating in the procurement process.
    The Department of the Air Force's document delineates questions and answers related to the Munitions Materiel Handling Equipment (MMHE) procurement process, specifically concerning the Joint Strike Munition (JSM) chocks. It clarifies guidelines regarding proposal submissions, including page requirements, formatting expectations, and specific responses to inquiries from potential vendors. Key issues discussed include allowance for cover pages and table of contents, incumbent status of JSM chocks, page count constraints for various proposal volumes, and font size standards. Notably, it confirms that deviations from set requirements are not permitted, emphasizing the government's desire to maintain clarity and conciseness in technical proposals. The document serves as an essential resource for vendors preparing responses to this Request for Proposal (RFP), setting forth well-defined boundaries and requirements to foster compliance and competitive submissions.
    The document addresses questions and answers related to the Munitions Materiel Handling Equipment (MMHE) procurement by the Department of the Air Force at Eglin Air Force Base, dated March 26, 2025. It clarifies submission guidelines for proposals, including formatting requirements, page limits, and the incorporation of a Table of Contents (ToC). The response indicates that cover pages count toward total page limits, and the ToC is mandatory in Volume I. The document also confirms the existence of incumbents for MMHE, addresses specifics about the JSM chock system, and states that deviations from requirements are not allowed. Proposals must be submitted via DOD SAFE regardless of size. Overall, the document serves as a guidance tool for potential offerors, ensuring compliance with specific regulations and enhancing clarity in the proposal submission process as part of a government Request for Proposals (RFP).
    The Statement of Work (SOW) for Munitions Materiel Handling Equipment (MMHE) outlines the requirement for contract services to support munitions handling and storage within the Department of Defense. The contractor will be responsible for manufacturing, refurbishing, and prototyping MMHE equipment, ensuring compliance with specified technical and management requirements. Key tasks include equipment manufacturing with advanced machining tools, assembly processes, quality assurance in line with ISO 9001 standards, and adherence to rigorous calibration and risk management protocols. Additionally, the contractor must implement comprehensive logistics for domestic and international delivery, maintain configuration and quality management systems, and provide evidence of compliance through detailed reports on manufacturing processes. Proposals for delivery orders will be solicited through competitive bidding, respecting FAR regulations. Overall, the SOW emphasizes the critical need for reliable and efficient handling equipment while ensuring all operations maintain stringent security and export control standards. This document serves as a vital framework for contractual obligations and operational expectations for prospective contractors within the MMHE program.
    The document outlines a Statement of Work (SOW) for the Munitions Materiel Handling Equipment (MMHE) project, emphasizing the provision of equipment and support for munitions operations across various military bases. The contractor is tasked with manufacturing, refurbishment, prototypes, and logistics management essential to munitions handling. Key responsibilities include equipment overhaul, manufacturing processes using specific machinery, quality assurance following ISO 9001 standards, and a comprehensive risk management program. The contractor must oversee product assembly, ensure compliance with technical specifications, manage deliveries, and conduct inspections and testing, including non-destructive evaluations. A significant aspect involves maintaining a calibration system and submitting regular quality management reports. The government retains the right to evaluate proposals based on price and delivery effectiveness. The contractor must engage in monthly status meetings and adhere to stringent security and operational measures while handling Controlled Unclassified Information (CUI). This SOW illustrates the government’s commitment to enhancing operational efficiency in munitions management through structured contractor responsibilities and compliance with established regulations, reflecting the overall goals typical in federal RFPs and grants.
    The document is an inquiry and response set regarding the Munitions Materiel Handling Equipment (MMHE) for the Department of the Air Force, specifically from the Air Force Life Cycle Management Center. Key points include clarification on submission formats for proposals, where adding a cover page is permitted but will count towards total page limits. For organizational purposes, it is emphasized that a single table of contents should cover all proposal volumes, rather than each having its own. Additionally, the document specifies that the JSM chocks are meant to be utilized with the MHU-141 trailer, highlighting its compatibility with the required equipment for transporting munitions. This Q&A format serves to provide guidance for potential vendors submitting proposals in response to a Request for Proposals (RFP), illustrating responses aimed at clarifying submission protocols and technical specifications.
    The Department of the Air Force issued an amendment to the Solicitation FA868125R0001 regarding Munitions Materiel Handling Equipment (MMHE) for Eglin Air Force Base, FL. The amendment, dated 19 March 2025, updates the solicitation number in its description and revises the Statement of Work (SOW) by removing Distribution Statement F from the cover and updating the cover date to 17 March 2025. Furthermore, various clauses were amended, including the removal of FAR 52.216-17 on Incentive Price Revision and FAR 52.252-5 concerning Authorized Deviations in Provisions. This solicitation aims to outline necessary equipment and services needed for munitions handling, reflecting the Air Force's intent to clarify and solidify the proposal requirements for potential contractors.
    The Department of the Air Force's request for proposal (RFP) FA868125R0001, regarding Munitions Materiel Handling Equipment (MMHE) at Eglin AFB, has undergone amendments as of April 3, 2025. Key modifications include the relocation of certain statements within the document, the introduction of a new acronym ("Focal Point-FP"), and enhancements to various sections such as past performance and experience definitions. Notable changes involve the adjustment of quantity from six to one in specific sections, the revision of proposal deadlines, and updates to point of contact information. Furthermore, the title of an attachment was corrected, and an additional attachment was included. These revisions aim to clarify requirements and streamline the proposal process, reflecting the Air Force's commitment to enhancing its procurement procedures for MMHE. The amended RFP fosters an environment that encourages qualified vendors to submit proposals that align with the updated terms and conditions outlined in the document.
    The document outlines a request for proposals (RFP) for a new Indefinite-Delivery/Indefinite-Quantity (IDIQ) contract focused on the manufacturing and delivery of Munitions Materiel Handling Equipment (MMHE). The Air Force Life Cycle Management Center (AFLCMC) plans to issue the RFP in early 2025, with awards anticipated between May and June 2025, subject to available funding. The contract, competitive and restricted to small businesses, is expected to have a ceiling of $30 million and allow for multiple awardees (up to six). Key components include the contractor's responsibility for all necessary functions related to MMHE, which supports munition handling operations across various locations. Proposals require proof of Joint Certification Program (JCP) certification and export-controlled documentation. Notably, foreign participation is prohibited. The contract will cover prototype production, equipment manufacturing, refurbishment, and program management, with detailed proposal instructions to be provided upon solicitation release. Overall, this IDIQ contract underscores the Air Force's commitment to enhancing its munitions support capability while promoting small business involvement in defense contracts.
    Similar Opportunities
    91--PROPELLANT,MONOMETH
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Energy Aerospace Energy office, is seeking procurement for monomethyl hydrazine (MMH), classified under the PSC code 9135 for liquid propellant fuels and oxidizers. This opportunity is part of a justification notice, indicating a specific need for this chemical base, which is critical for various aerospace applications, including propulsion systems for spacecraft and missiles. Interested vendors can reach out to Willard Ramseur at DSN 312-945-2111 or via email at Willard.Ramseur@dla.mil for further details regarding the procurement process.
    Synopsis - Materiel Management Operations
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is preparing to solicit proposals for Materiel Management Operations (MMO) services at Edwards Air Force Base in California. The contract will require the selected contractor to provide comprehensive management, personnel, equipment, and services necessary for MMO functions, adhering to Performance-Based Service Acquisition principles and various regulatory compliance standards. This procurement is crucial for ensuring efficient logistics support and resource management at the base, with a solicitation expected to be posted by early January 2026. Interested parties can reach out to Amanda Tate at amanda.tate@us.af.mil or Norman Mackie at norman.mackie.1@us.af.mil for further information.
    FY26 Drone Course Equipment
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the procurement of equipment related to the FY26 Drone Course. This opportunity is a combined synopsis/solicitation for commercial products or services, with a focus on ensuring that all proposals meet specific technical requirements, including the submission of a completed Excel spreadsheet as outlined in the solicitation. The equipment is essential for enhancing training capabilities in drone operations, which are increasingly vital for modern military operations. Interested vendors must submit their proposals through the Procurement Integrated Environment (PIEE) by December 17, 2025, at 10:00 AM CST, and should direct any inquiries to Benton Medcalf at benton.medcalf@us.af.mil.
    Heavy Equipment Program - Construction Equipment SPE8EC25R0005
    Dept Of Defense
    The Defense Logistics Agency (DLA) Troop Support is seeking proposals for the Heavy Equipment Program under solicitation SPE8EC25R0005, which aims to establish multiple Indefinite Delivery/Requirements Contracts for commercial construction equipment and related support. This continuous solicitation, open until January 3, 2035, requires offerors to submit comprehensive proposals that include commercial price lists, discount structures, catalogs, and invoices, with a focus on various types of construction equipment such as wheel loaders, backhoe loaders, and motor graders. The awarded contracts will facilitate the procurement of essential construction equipment for military and defense operations, ensuring a reliable supply chain for critical projects. Interested vendors must submit their proposals by January 3, 2035, at 4:00 PM EST, and can contact Angela Beschner at Angela.Beschner@dla.mil or Robert F. Spadaro, Jr. at robert.spadaro@dla.mil for further information.
    Overhaul of B-1 Electro-Mechanical Actuator NSN 1680015097158RK
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting offers for the overhaul of B-1 Electro-Mechanical Actuators (NSN 1680015097158RK) under Solicitation Number FA8118-26-R-0002. This procurement involves a five-year, firm-fixed-price requirements contract, which includes a three-year basic period from 2025 to 2028 and two one-year option periods extending to 2030. The overhaul of these critical components is essential for maintaining the operational readiness and performance of the B-1 aircraft, which plays a vital role in national defense. Interested contractors must submit their proposals by the extended deadline of January 7, 2026, at 1:00 PM, and can direct inquiries to Merry Curry at merry.curry.1@us.af.mil or Jacqueline West at jacqueline.west@us.af.mil for further information.
    GUIDED MISSILE LAUNCHER DETENT ASSEMBLY / 01F, LGM-30 MINUTEMAN III MISSILE
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation, is seeking proposals for the Guided Missile Launcher Detent Assembly, specifically for the LGM-30 Minuteman III missile. This procurement is a 100% small business set-aside for an indefinite quantity contract (IQC) with a base period of five years, requiring an estimated annual quantity of 40 units, with delivery expected 480 days after order placement. The item is critical for missile operations and requires contractors to be certified by the Department of Defense to access unclassified data. Interested parties should contact Gladys Brown at gladys.brown@dla.mil or 445-737-4113, and the solicitation will be available on or about November 18, 2025, via the DLA Internet Bid Board System (DIBBS).
    F-16 MMC Mounting Base, Electric, 8EA FMS
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting bids for the procurement of eight F-16 MMC Mounting Base, Electric units under solicitation FA8212-25-Q-0017. This procurement is part of Foreign Military Sales (FMS) to Bulgaria and Taiwan, requiring compliance with specific quality standards, including AS9100 and Cybersecurity Maturity Model Certification (CMMC) Level II. The mounting bases are critical components for the F-16CG aircraft, with a delivery deadline set for December 31, 2028. Interested contractors must submit their quotations by January 6, 2026, and can reach out to Leslie Evans at leslie.evans.1@us.af.mil or Brandon Moses at Brandon.moses.1@us.af.mil for further inquiries.
    AGMS HELLFIRE and JAGM QTY ADD FOR FY26
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Huntsville, AL, is soliciting proposals for a sole-source procurement of additional quantities of HELLFIRE and JAGM missile systems from Lockheed Martin Corporation. Specifically, the contract seeks to acquire 200 E/A HELLFIRE and 500 E/A JAGM missiles for fiscal year 2026, with the intention of achieving cost efficiencies by combining this request with a previous procurement. This procurement is critical for maintaining the operational readiness and effectiveness of U.S. military capabilities. Proposals must be submitted by March 31, 2026, and should include detailed cost data and compliance with FAR and DFARS requirements. For further inquiries, interested parties can contact Mallory Medley or Anna Phillips via email at mallory.medley@dla.mil and anna.phillips@dla.mil, respectively.
    ASE Maintenance, Repair, Overhaul and Logistics (MROL) Support Services
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy's Fleet Readiness Center, is seeking proposals for the ASE Maintenance, Repair, Overhaul and Logistics (MROL) Support Services contract. This procurement aims to provide comprehensive maintenance and logistical support for aircraft launching, landing, and ground handling equipment, including modernization, repair, and parts manufacturing, as outlined in NAVAIR Instruction. The contract is a total 8(a) small business set aside, with an anticipated performance period from January 2027 to January 2032, featuring five one-year ordering periods and a six-month option to extend services. Interested parties must submit their proposals through the Procurement Integrated Enterprise Environment (PIEE) Solicitation Module, with questions due by January 5, 2025, and a mandatory site visit scheduled for January 16, 2025, for eligible 8(a) offerors. For further inquiries, contact Ndidiamaka Umeh at ndidiamaka.umeh@navy.mil or Kurt Dronenburg at kurt.j.dronenburg.civ@us.navy.mil.
    F-15 SMDC Initiators
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the procurement of F-15 SMDC initiators, which are critical components for aircraft egress systems. The solicitation, identified as FA8213-26-R-3002, requires qualified sources to submit a qualification package, with evaluation based on the lowest technically acceptable price. This procurement is vital for ensuring the operational readiness and safety of military personnel, as these initiators play a crucial role in emergency egress systems. Interested parties must submit their proposals by January 2, 2026, and can direct inquiries to Abbigail Clawson at abbigail.clawson@us.af.mil or Cole Sposato at cole.sposato.1@us.af.mil.