Replace Magnolia DFAC AHUs
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 Air Handling Units (AHUs) at the Magnolia Dining Facility (DFAC), Building 7409, at Keesler Air Force Base, Biloxi, MS. This is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside with an estimated construction magnitude between $1,000,000.00 and $3,000,000.00. Proposals are due by June 3, 2026, at 11:00 AM local time (CST).
Scope of Work
The project involves furnishing all equipment, labor, supervision, and materials to:
- Replace three existing AHUs in kind.
- Replace the kitchen overhead door air curtain.
- Replace motors and bearings for eight kitchen supply fans, eight kitchen exhaust fans, and six additional rooftop exhaust fans.
- Perform demolition of existing equipment and new construction, including installation of new AHUs, exhaust/supply fans, volume balancing dampers, a collapsed return duct for AHU-3, and chilled water supply strainers.
- Complete all necessary electrical work for new units.
- Conduct Testing, Adjusting, and Balancing (TAB) to ensure positive pressure in the dining hall.
Work impacting food service operations must be coordinated with the Construction Manager, with AHU replacements scheduled during evening hours to minimize disruption. Fan replacements must be completed within 14 calendar days. Detailed architectural drawings and specifications are provided in Attachment 3.
Contract Details & Timeline
- Contract Type: Firm Fixed Price (FFP)
- Estimated Value: Between $1,000,000.00 and $3,000,000.00
- Period of Performance: 145 calendar days from the date of award.
- Phasing: Includes 5 days for survey, 90 days for submittals and procurement, 45 days for installation, and 5 days for testing/balancing/closeout.
- Set-Aside: 100% Service-Disabled Veteran-Owned Small Business (SDVOSB).
- Site Visit: An organized site visit is scheduled for May 7, 2026, at 9:00 AM CDT. Specific base access instructions are in Section L.
- Proposal Due Date: June 3, 2026, at 11:00 AM local time (CST).
- Funds: Funds are not presently available, and the Government reserves the right to cancel the solicitation.
- Proposal Validity: Proposals must be valid for 180 days after the due date.
Submission & Evaluation
- Evaluation Method: Lowest Price Technically Acceptable (LPTA).
- Proposal Preparation: Refer to Section L for detailed instructions and Section M for evaluation factors.
- Required Submittals: Bidders must adhere to the Material Submittals Schedule (Attachment 4) and Submittal Procedures (Attachment 6), which detail requirements for Transmittal Form AF 3000 and Buy American Compliance Certification.
- Past Performance: Bidders must complete Attachment L-01 (Past Performance Reference List). References must complete Attachment L-02 (Past Performance Questionnaire) and email it to ty.le@us.af.mil by June 3, 2026, 11:00 AM CST.
- Wage Determination: Bidders must incorporate prevailing wage rates for Harrison County, MS (MS20260050, published 01/23/2026) into their labor cost calculations (Attachment 5).
Key Contacts
- Primary: Ty Le, ty.le@us.af.mil, 228-377-1822
- Secondary: Alicia Bowman, alicia.bowman@us.af.mil, 228-377-1824