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, specifically the 81st Contracting Squadron (FA3010 81 CONS CC), is soliciting proposals for the replacement of locksets in Non-Prior Service (NPS) Dorms at Keesler Air Force Base, Biloxi, MS. This construction project, estimated between $1,000,000.00 and $5,000,000.00, is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside. Proposals are due by April 24, 2026, at 9:00 AM CDT.
Scope of Work
The primary objective is to furnish all equipment, labor, supervision, and materials necessary to provide and install approximately 2,030 new Radio Frequency Identification (RFID) locksets (1,015 left-handed, 1,015 right-handed) in Satin Chrome Finish. This includes installation in ten dormitory facilities (e.g., B7330, B7320, B7420), providing 6,000 RFID keycards, and installing all necessary hardware and software. The contractor will also provide software training to Material Transfer Log (MTL) personnel, remove existing locks, and maintain jobsite and staging areas with a 6' chain link fence and brown fabric screening. Detailed specifications cover demolition, deconstruction, and card key access control hardware, including requirements for electronic locks, software, and portable programmers.
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): 90 days if five or fewer Contract Line Item Numbers (CLINs) are awarded, or 180 days if six or more CLINs are awarded. Performance begins 10 days after award.
- Bonds: Performance and Payment Bonds are required.
- Funding: Funds are not presently available; the Government reserves the right to cancel the solicitation. Award of CLINs will be on an "all, some, or none" basis, dependent on available funding.
- Wage Determination: Compliance with federal wage rates for Harrison County, MS, as per the Davis-Bacon Act, is required (General Decision Number MS20260050).
Submission & Evaluation
- Proposal Due Date: April 24, 2026, at 9:00 AM CDT.
- Site Visit: An organized site visit is scheduled for March 30, 2026, at 9:00 AM CDT. Specific access instructions are identified in Section L.
- Evaluation Method: Lowest Price Technically Acceptable (LPTA).
- Proposal Preparation: Refer to Section L for detailed instructions.
- Evaluation Factors: Refer to Section M for evaluation criteria.
- Past Performance: Bidders must complete Attachment 4 (Past Performance Reference List). Past Performance Questionnaires (PPQs) (Attachment 5) are due by April 24, 2026, at 9:00 AM CDT and must be submitted directly to alicia.bowman@us.af.mil from a corporate or government email account.
- Submittals: A Material Submittals Schedule (Attachment 3) and Submittal Procedures (Attachment 7) detail required documentation, including the use of AF 3000 form and Buy American Act certification. Timely submission is critical, allowing 30 days for CO review.
Contacts
- Primary: Alicia Bowman (alicia.bowman@us.af.mil, 2283771824)
- Secondary: Alice Townsend-Peden (alice.townsend-peden@us.af.mil, 2283771831)