T-6 Flightline Shacks
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 repair and alteration of T-6 Flightline Shacks (Buildings 247, 628, 629, and 633) at Columbus Air Force Base, Mississippi. This Total Small Business Set-Aside opportunity aims to restore these essential maintenance facilities, which are currently dilapidated, by upgrading HVAC, plumbing, electrical, and interior finishes. The estimated magnitude for this procurement is between $250,000 and $500,000. Proposals are due June 29, 2026, at 1:00 PM local time.
Scope of Work
The project involves comprehensive repairs to improve the quality of life for maintainers. Key tasks include:
- HVAC: Demolition and replacement of existing units with new direct expansion ducted split systems, including new ductwork, concrete slabs, and TAB reporting.
- Interior Finishes: Replacement of ceiling tiles, reconfiguration of walls, replacement of exterior doors, repair and repainting of interior walls, installation of new fire extinguisher cabinets, window frame repainting with UV tint, replacement of VCT flooring with polished concrete, new cove base, and upgrades to restroom fixtures (drains, water fountains, toilets, urinals, sinks, mirrors, exhaust fans).
- Electrical: Demolition and replacement of lighting with new LED panels, switches, controls, main panelboards, breakers, conduit, wiring, and installation of emergency exit signs/egress lighting.
- Communications: Coordination with Base Communication Officer for conduit, cable supports, and pull strings (no cable installation). The contractor is responsible for developing complete contract documents, including drawings and analysis, based on the provided SOW and concept design. Construction must be phased, with only one building unoccupied at a time.
Contract Details
- Type: Firm Fixed Price Solicitation.
- Set-Aside: 100% Total Small Business Set-Aside (FAR 19.5).
- NAICS Code: 236220 (Commercial and Institutional Building Construction) with a $45,000,000 annual receipts size standard.
- Magnitude: Between $250,000 and $500,000.
- Period of Performance: 330 calendar days from the Notice to Proceed.
- Funding: Contingent upon the availability of appropriated funds.
- Bonds: Performance and Payment Bonds are required.
Key Requirements & Instructions
- CUI Training: Contractors must complete CUI Training Slides, sign, and return the "MFR Contractor CUI Training Acknowledgment" to gain access to drawings and other associated CUI documentation.
- Site Visit: A highly encouraged, but not mandatory, site visit will be held on June 2, 2026, at 9:00 AM CST at Columbus AFB. Registration is required by May 26, 2026, 1:00 PM CST by emailing the POC to request a DoD Safe drop-off link for the Entry Authorization Listing (EAL) document. All attendees need a valid photo ID and vehicle requirements if driving on base.
- Requests for Information (RFIs): Must be submitted no later than June 8, 2026, 7:30 AM CST.
- Proposal Submission: Electronically by June 29, 2026, at 1:00 PM local time. Proposals must be valid for 90 days. A Technical Synopsis demonstrating project understanding is required.
- Submittals: Extensive submittal requirements are detailed in AF Form 66, covering General, Environmental, Architectural, Mechanical, Electrical, Special Systems, and HAZMAT aspects.
Evaluation
Award will be based on a Lowest Price Technically Acceptable (LPTA) methodology, considering Price (completeness, reasonableness, unbalanced pricing), Technical (meeting minimum requirements), and Past Performance (recent, relevant, and satisfactory).
Contacts
- Primary: Daniel Bermudez (daniel.bermudez.5@us.af.mil, 662-434-3805)
- Secondary: Daniel Stilts (daniel.stilts@us.af.mil, 662-434-3740)