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 is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside with an estimated construction magnitude between $1,000,000.00 and $5,000,000.00. Proposals are due by April 24, 2026, at 9:00 AM CDT.
Scope of Work
This project requires furnishing and installing approximately 2,030 RFID locksets (Onity HT-24/28+ANSI Electronic Lock with Mortise Lock) and 6,000 RFID keycards across ten NPS dormitory facilities. The scope includes providing all necessary hardware and software, training Material Transfer Log (MTL) personnel, demolishing existing locks, and maintaining clean job sites. Technical specifications detail requirements for demolition, card key access control hardware, and specific installation instructions for the Onity locksets.
Contract Details
This will be a Firm Fixed Price (FFP) contract. The Period of Performance (POP) is 90 days if five or fewer Contract Line Item Numbers (CLINs)/buildings are awarded, or 180 days if six or more CLINs/buildings are awarded, commencing 10 days after award. Performance and Payment Bonds are required. Award of CLINs will be on an "all, some, or none" basis, contingent on available funding. Funds are not presently available, and the Government reserves the right to cancel the solicitation.
Submission & Evaluation
Proposals are due April 24, 2026, at 9:00 AM CDT. Evaluation will follow a Lowest Price Technically Acceptable (LPTA) method, considering factors outlined in Section M and proposal preparation instructions in Section L. Offerors must acknowledge all amendments. A pre-bid site visit was held on March 30, 2026, and its Questions & Answers (Attachment 8) are now available, clarifying details on existing locksets and backing plates. Past Performance Questionnaires (PPQ) are due by the proposal submission date.
Key Requirements & Attachments
Bidders must adhere to detailed specifications for demolition and card key access control hardware, including specific product features and installation standards. A Material Submittals Schedule (Attachment 3) outlines required documentation. Wage determinations for Harrison County, MS (Attachment 6) apply. Submittal procedures (Attachment 7) require use of AF 3000 form and Buy American Act compliance certification.
Contacts
Primary: Alicia Bowman (alicia.bowman@us.af.mil, 228-377-1824) Secondary: Alice Townsend-Peden (alice.townsend-peden@us.af.mil, 228-377-1831)