Synopsis - Materiel Management Operations
ID: AFTCPZIOAMMOFY25SOCAType: Presolicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA9301 AFTC PZIOEDWARDS AFB, CA, 93524-1185, USA

NAICS

Facilities Support Services (561210)

PSC

SUPPORT- MANAGEMENT: LOGISTICS SUPPORT (R706)
Timeline
    Description

    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.

    Point(s) of Contact
    Files
    Title
    Posted
    The document is a protected PDF file that cannot be accessed without a compatible reader, preventing a detailed analysis. If opened, it likely contains information related to federal government Requests for Proposals (RFPs), grants, and possibly state and local RFPs, which are critical avenues for funding and project initiation in government sectors. These documents typically detail the specific requirements for vendors, application processes, evaluation criteria, and funding availability. Understanding their content is essential for stakeholders looking to engage with government opportunities. Effective navigation of RFPs and grants is pivotal for ensuring compliance and successful funding acquisition in governmental projects.
    The FAXXXX-25-R-XXXX draft Performance Work Statement (PWS) outlines a five-year Materiel Management Operations (MMO) services contract for Edwards Air Force Base (EAFB). The contract emphasizes Performance-Based Service Acquisition (PBSA) principles, requiring the contractor to provide all necessary personnel, equipment, and services for MMO functions, excluding government-furnished items. Key aspects include adherence to FAR, DFAR, and AFFAR clauses, stringent security clearances (Secret clearance, CAC, RAB, NACI), and compliance with various Air Force Instructions and DoD publications. The contractor must maintain sufficient, English-speaking staff, develop comprehensive plans (Quality Control, Safety and Health, Security, Staffing, Environmental Protection, Training), and participate in mandatory meetings. Performance will be evaluated against measurable outcomes, with specific service summaries (SS) for monthly inspections. The PWS details responsibilities for inventory management, IT systems, environmental compliance, and safety, including mishap notification procedures and hazardous materials management. The document also outlines phase-in/phase-out procedures, training requirements (both contractor and government-provided), and accountability for government-furnished property and services. Travel may be required, and small business subcontracting plans are mandated. The contract includes provisions for changes in workload and specific Contract Line Item Numbers (CLINs) for service termination.
    The document outlines the performance work statement (PWS) for a federal contract to provide Materiel Management Operations (MMO) services at Edwards Air Force Base (EAFB) in California. The contract, structured under Performance-Based Service Acquisition (PBSA), emphasizes measurable performance results and includes provisions for performance standards and quality control measures. It identifies mandatory clauses from the Federal Acquisition Regulation (FAR) that ensure compliance with environmental and safety standards. The PWS details the roles and responsibilities of the contractor, including staffing, training, and reporting requirements. It mandates the contractor to manage a variety of services related to materiel management, including inventory, storage, and logistics support, while adhering to applicable Air Force instructions and regulations. Key components include maintaining communication with government representatives, meeting rigorous inspection standards, and ensuring efficient onboarding and transition processes for both incoming and outgoing personnel. Overall, the document encapsulates comprehensive guidelines aimed at ensuring efficient contract execution and compliance with federal standards, thereby facilitating effective mission support for the U.S. Air Force at EAFB.
    Lifecycle
    Title
    Type
    Presolicitation
    Similar Opportunities
    Edwards AFB Fire Suppression Maintenance 2026
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the Fire Suppression Maintenance contract at Edwards Air Force Base (AFB) for the year 2026. This contract encompasses the testing, maintenance, and repair of the pre-action fire suppression system at the Benefield Anechoic Facility, Building 1030, ensuring compliance with NFPA and UFC standards, with a total potential contract value of approximately $19.5 million over a five-year period. The procurement includes specific recurring tasks across multiple quadrants, with contractors required to utilize boom lifts for high-ceiling inspections and adhere to various federal regulations and standards. Interested vendors must submit their quotes by December 15, 2025, and are encouraged to attend a site visit on November 24, 2025, with prior registration required. For further inquiries, contact Jamil Minosa at jamil.minosa.2@us.af.mil or Abel Alcantar at abel.alcantar.1@us.af.mil.
    VEHICLE BARRIERS MAINTENANCE AND REPAIR (VBMR) SERVICES at Edwards AFB
    Buyer not available
    The Department of Defense, through the Air Force Test Center at Edwards Air Force Base, is seeking qualified contractors to provide Vehicle Barriers Maintenance and Repair (VBMR) services. The procurement involves comprehensive maintenance and repair of critical vehicle barrier security systems, including quarterly preventive maintenance, emergency repairs, and annual refurbishment of various barrier systems and associated equipment. These services are vital for ensuring the operational integrity and security of base perimeter access points. Interested small businesses must submit proposals by December 5, 2025, with an estimated total contract value of $763,796.41 over a performance period from November 1, 2025, to October 30, 2026, including four option years. For further inquiries, contact Christopher Barnes at christopher.barnes.50@us.af.mil or Elsa N Ortiz Aguilar at elsa.ortizaguilar@us.af.mil.
    Tinker Base Supply and Munitions
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals from qualified contractors to provide Base Supply and Munitions services at Tinker Air Force Base (TAFB) in Oklahoma. The contractor will be responsible for managing personnel, equipment, and services related to supply operations, inventory control, customer support, and munitions management, ensuring compliance with Air Force regulations and maintaining war readiness. This contract is particularly significant as it supports the logistics readiness of the 72 Logistics Readiness Squadron and includes a total estimated award amount of $47 million, with a base performance period of 11 months starting in April 2026, followed by six one-year option periods. Interested parties should direct inquiries to Robert Kipler or Samuel Nemargut and submit proposals by the deadline of December 8, 2023.
    F-16 MMC Mounting Base, Electric, 8EA FMS
    Buyer not available
    The Department of Defense, specifically 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 contract, which is a Firm-Fixed Price (FFP) single award, is aimed at fulfilling Foreign Military Sales (FMS) requirements for Bulgaria and Taiwan, with specific provisions for first article testing due to the item not being produced in over three years. The selected contractor must comply with AS9100 quality standards and cybersecurity regulations, with delivery of the full quantity required by December 31, 2028. Interested parties should note that the RFQ closing date has been extended to January 6, 2026, at 3 PM M.S.T., 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.
    Fall Protection Certification Services
    Buyer not available
    The Department of Defense, through the Air Force Test Center, is seeking proposals for Fall Protection Certification Services at Edwards Air Force Base, California. The contract requires comprehensive services including inspection, certification, and training for fall protection systems, with a focus on ensuring compliance with safety standards and regulations. This procurement is particularly significant as it supports the safety protocols necessary for operations at the base, emphasizing the importance of maintaining high safety standards in potentially hazardous environments. The estimated total award amount is $11,500,000, with a performance period from January 1, 2026, to December 31, 2030. Interested parties, particularly Women-Owned Small Businesses, must submit their proposals by December 15, 2025, and can direct inquiries to Suzanna Kussman at suzanna.kussman@us.af.mil or Alexia Del Real at alexia.delreal@us.af.mil.
    Military Free Fall Training Support Services
    Buyer not available
    The Department of Defense, through the Naval Supply Systems Command (NAVSUP) Fleet Logistics Center Norfolk, is seeking to award a Firm Fixed Price indefinite delivery indefinite quantity (IDIQ) contract for Military Free Fall (MFF) Training Support Services for the Commander, Explosive Ordnance Disposal Group TWO (COMEODGRU TWO). The contractor will be responsible for providing fully qualified Accelerated Free Fall Instructors, parachute riggers, and other personnel necessary for instructional support and quality assurance inspection related to the course of instruction. This procurement is crucial for maintaining the operational readiness and training standards of military personnel involved in explosive ordnance disposal operations. The solicitation is expected to be available on or around February 2, 2026, and interested contractors should direct inquiries to Sherell Brown at sherell.g.brown.civ@us.navy.mil or Morgan Olszak at morgan.e.olszak.civ@us.navy.mil.
    PRESOLICITATION: 415 SCMS Squadron Strategic MAC IDIQ
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is preparing to establish a Strategic Multiple Award Contract (MAC) Indefinite Delivery, Indefinite Quantity (IDIQ) for repair services through the 415 SCMS Squadron at Hill AFB. This contract will encompass repair services for 11 weapon systems and approximately 124 National Stock Numbers (NSNs), ensuring that repair designs meet or exceed system requirements and adhere to Form, Fit, Function, and Interface (FFFI) standards. The anticipated contract will have a five-year basic ordering period with an option for an additional five years, with a total potential contract length of 10 years, and is expected to be awarded by June 1, 2026. Interested vendors must submit a Source Approval Request (SAR) package by December 6, 2025, to be considered for this opportunity, and can direct inquiries to Cydnee Simpson at cydnee.simpson@us.af.mil or Nick Standiford at nicholas.standiford@us.af.mil.
    Salesforce follow on FOE
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for a follow-on contract related to Salesforce services, as indicated in the Justification notice. The procurement aims to continue the development and support of business application software as a service, which is critical for enhancing IT and telecom capabilities within the department. This opportunity is set to take place in Washington, DC, and is essential for maintaining operational efficiency and effectiveness in the Air Force's IT infrastructure. Interested parties can reach out to Capt Richard Snyder at richard.snyder.12@us.af.mil or Kelante Montgomery at kelante.montgomery@us.af.mil for further details regarding the Fair Opportunity Exception and any associated timelines.
    J&A - 36 LRS Supply and Transportation Management BRIDGE Action
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking contractors for the "J&A - 36 LRS Supply and Transportation Management BRIDGE Action" opportunity. This procurement involves logistics support management services, aimed at enhancing supply and transportation management capabilities. Such services are critical for maintaining operational efficiency and readiness within military logistics operations. Interested parties can reach out to MSgt Xavier S. Robertson at xavier.robertson@us.af.mil or by phone at 671-366-1996, or TSgt Brian Brammer at brian.brammer@us.af.mil or 671-366-3686 for further details. Additional information can be found in the attached documentation.
    Brand Name - Mathworks LicenseRenewals
    Buyer not available
    The Department of Defense, through the Air Force Test Center at Edwards Air Force Base, is soliciting proposals for the renewal of a MATLAB Software Subscription, specifically for Master License 30968726. This procurement is essential for maintaining the unique capabilities of MATLAB, which are critical for defense-related data analysis and engineering operations, and is justified under FAR 6.302-1 as MathWorks is deemed the only responsible source capable of meeting the agency's specific requirements. The renewal period is set from January 1 to December 31, 2025, and interested parties must submit their proposals electronically to Josiah Broadway by December 19, 2025, at 10 AM Pacific Standard Time, ensuring they are authorized resellers of renewal licenses to avoid technical support issues.