Munitions Material Handling Equipment (MMHE) Follow-on

Agency:
State: Florida
Level of Government: Federal
Category:
  • 39 - Materials Handling Equipment
Opps ID: NBD00159436332964536
Posted Date: Mar 5, 2024
Due Date: Apr 10, 2024
Source: Members Only
Follow
Munitions Material Handling Equipment (MMHE) Follow-on
Active
Contract Opportunity
Notice ID
MMHE-Eglin
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE AIR FORCE
Major Command
AIR FORCE MATERIEL COMMAND
Sub Command
AIR FORCE LIFE CYCLE MANAGEMENT CENTER
Sub Command 2
WEAPONS
Office
FA8681 AFLCMC EBD
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-06:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Original Published Date: Mar 05, 2024 04:32 pm CST
  • Original Response Date: Apr 10, 2024 03:00 pm CDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Apr 25, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: 3920 - MATERIAL HANDLING EQUIPMENT, NONSELF-PROPELLED
  • NAICS Code:
    • 332993 - Ammunition (except Small Arms) Manufacturing
  • Place of Performance:
    Eglin AFB , FL 32542
    USA
Description

Notice Type: Sources Sought



Notice ID: MMHE-Eglin





The Department of Defense, United States Air Force (USAF), Air Force Materiel Command (AFMC), Air Force Life Cycle Management Center (AFLCMC), Armament Directorate, Munitions Material Handling Equipment (MMHE) submits this notice strictly for informational and planning purposes only, seeking capability statements for market research, from potential sources to determine the availability and adequacy of potential business sources, including small businesses (SB), 8(a), HUBZone, Economically Disadvantaged Woman-Owned (EDWOSB), Woman-Owned (WOSB), Service Disabled Veteran Owned (SDVOSB) small business that are capable of meeting the various needs of the MMHE program .





All interested vendors shall submit a response demonstrating their capability to provide manufacturing capabilities to the Primary Point of Contact listed below. Proposals are not requested nor will be accepted at this time. As stipulated in FAR 15.201(e), responses to this notice are not considered offers and cannot be accepted by the Government to form a binding contract. A solicitation (Request for Proposal) does not exist at this time; therefore, do not request a copy of a solicitation. The decision to solicit for this requirement remains solely at the discretion of the Government.





The NAICS Code for this requirement is 332993, Ammunition (except Small Arms) Manufacturing, with a size standard of 1500 employees. Respondents should indicate their size in relation to this size standard and indicate socio-economic status (i.e. SB, 8(a), HUBZone, EDWOSB, WOSB, or SDVOSB).) Respondents are required to indicate their status as a Foreign-owned/Foreign-controlled firm and any contemplated use of foreign national employees on this effort. The Government reserves the right to consider Small Business set aside based on the responses to this notice. A key factor in determining an acquisition to be a Small Business set aside is that small business prime contractors must perform at least 50% of the effort, as defined in FAR Clause 52.219-14 (e). All prospective contractors must be registered in the System for Award Management (SAM) database to be considered for a DoD contract.





Any information submitted by respondents to this source sought is voluntary. This source sought notice is not to be construed as a commitment by the Government. The Government will not reimburse any cost associated with the submission of information received in response to this Sources Sought notice. Respondents will not be individually notified of the results of any Government assessments. The Government’s assessment of the capability statements received will factor into whether any forthcoming solicitation will be conducted as a full and open competition or as a set-aside for small business, or any particular small business program.



CAPABILITY STATEMENT REQUIREMENTS: All interested vendors shall submit a capability statement that explicitly demonstrates their ability to provide/perform the requirements stated in this notice. Capability Statements shall address the following items:




  1. Manufacturing Munitions Material Handling Equipment from production Level III drawings or shop drawings.

  2. Perform quality management process/practices in accordance with industry-specific ISO 9000 or equivalent.

  3. Manufacture and conduct proof load testing of the equipment in accordance with drawings.

  4. Manufacturing of single item prototypes, first articles, low rate initial production, or small quantity production runs.

  5. Manufacture items that are mechanical or electronic in nature.

  6. Must be able to effectively ship equipment to overseas bases. Equipment ranging in size/weight of general hand tools to oversized maintenance equipment, of which can be as large as 10’W x 20’L x 8’H with a gross weight, up to but not limited to 10,000lbs.

  7. Must provide proof of registration with the Joint Certificate Program (JCP).





The capabilities statement should be brief and concise, yet clearly demonstrate an ability to meet the stated requirements. Vendors are permitted to include pictures of equipment and or parts within the capability statement. The response must not exceed 07 single spaced, 12-point font typed pages. Small businesses with only partial capabilities of this requirement are encouraged to submit their capabilities statement demonstrating the portion of the requirement they can provide/perform. This information will allow the Government to identify areas of possible subcontracting opportunities.





All responsible sources may submit information that shall be considered by the agency. If late information is received, it may be considered, depending on agency time constraints. All routine communications regarding the announcement should be directed to the contractual points of contact listed in this posting. The Government may or may not use any responses to this source sought as a basis for a subsequent project/requirement. Any project/requirement developed from the sources sought responses may be the subject of a subsequent acquisition; any such subsequent acquisition will be posted in SAM.gov separately. Responses to this source sought will not be returned. The Government is under no obligation to acknowledge receipt of the information received or provide feedback to the respondents with respect to any of the information submitted under this source sought. No requests for a bid package or solicitation will be accepted; a bid package or solicitation does not exist at this time. In order to protect the integrity of any possible future acquisition, no additional information will be provided and no appointments for presentations will be made in reference to this source sought.





Only Government employees will review submitted responses to this source sought. Respondents are advised that employees of commercial firms under contract with the Government may be used to administratively process submissions and perform other administrative duties requiring access to other contractor’s proprietary information. These administrative support contractors include nondisclosure agreements prohibiting their contractor employees from disclosing any information submitted by other contractors or using such information for any purpose other than that for which it was furnished.





Responses may be submitted electronically in PDF or MS Word format to Contracting Officer, Ashley Goodman at ashley.goodman.2@us.af.mil and Contract Specialist, S.Shane Wagner, at steven.wagner.13@us.af.mil . Capability Statements are due by 3:00 PM CST on Wednesday, 10 April 2024. Correspondence sent via email shall contain a subject line that reads “MMHE SS MR24.” If this subject line is not included, the e-mail may not get through e-mail filters at Eglin AFB. Filters are designed to delete emails without a subject or with a suspicious subject or attachment. Attachments with files ending in .zip or .exe are not allowable and will be deleted. Ensure only .pdf, .doc, .docx,. xsls, or .xls documents are attached to your email. All other attachments may be deleted.





Contracting Office Address:



AFLCMC/EBD



102 West D Ave.



Bldg. 11



Eglin AFB, FL 32542


Attachments/Links
Contact Information
Contracting Office Address
  • 102 W D AVE BLDG 11 STE 263
  • EGLIN AFB , FL 32542-6883
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Mar 05, 2024 04:32 pm CSTSources Sought (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >