Replace NPS Dorms Locksets
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 is soliciting proposals for the replacement of locksets in Non-Prior Service (NPS) Dorms at Keesler Air Force Base, Biloxi, MS. This project, valued between $1,000,000 and $5,000,000, is a Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside. Proposals are due by April 24, 2026, at 9:00 AM local time.
Scope of Work
This project involves furnishing all equipment, labor, supervision, and materials to provide and install approximately 2,030 Radio Frequency Identification (RFID) locksets (1,015 left-handed, 1,015 right-handed) in Satin Chrome Finish across ten dormitory facilities at Keesler AFB. The scope also includes providing 6,000 RFID keycards, necessary hardware and software, software training for Material Transfer Logs (MTLs), demolition of existing locks, and maintaining clean job sites with 6-foot chain link fencing. Technical specifications detail requirements for demolition and card key access control hardware, including specific product features, software compatibility (Windows 10/11), and installation standards.
Contract Details
- Contract Type: Firm Fixed Price (FFP).
- Magnitude: Between $1,000,000.00 and $5,000,000.00.
- Set-Aside: 100% Service-Disabled Veteran-Owned Small Business (SDVOSB).
- Period of Performance (PoP): 180 calendar days if six or more Contract Line Item Numbers (CLINs) are awarded, or 90 calendar days if five or fewer CLINs are awarded. Performance begins 10 days after award.
- Bonds: Performance and Payment Bonds are required.
- Funding: Funds are not presently available; award is contingent upon fund availability. The Government reserves the right to cancel the solicitation.
- Award Basis: Award of base and option CLINs will be made on an "all, some, or none" basis.
Submission & Evaluation
- Proposal Due Date: April 24, 2026, at 9:00 AM local time.
- Offer Validity: Offers must be valid for at least 180 calendar days after the due date.
- Evaluation Method: Lowest Price Technically Acceptable (LPTA).
- Key Documents: Offerors must refer to Section L for proposal preparation instructions and Section M for evaluation factors. Past Performance Questionnaires (PPQs) are due by 09:00 AM CDT on April 24, 2026, and must be submitted directly to alicia.bowman@us.af.mil. A Past Performance Reference List template is provided.
- Submittals: A Material Submittals Schedule (MSS) outlines required documentation. Submittal procedures require the use of AF 3000 form and Buy American Compliance Certification, allowing 30 days for CO review.
Important Dates & Contacts
- Site Visit: An organized site visit was held on March 30, 2026, at 9:00 AM CDT.
- Questions Due: Written questions were due by April 1, 2026, at 11:00 AM to 81cons.pka.flight@us.af.mil.
- Primary Contact: Alicia Bowman (alicia.bowman@us.af.mil, 228-377-1824).
- Alternate Contact: Alice Townsend-Peden (alice.townsend-peden@us.af.mil, 228-377-1831) for assistance, especially during Alicia Bowman's absence (March 31 - April 3, 2026).
- Place of Performance: Keesler AFB, Biloxi, MS.
- Wage Determination: Bidders must comply with the General Decision Number MS20260050 for wage rates in Harrison County, MS.