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 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside. The primary objective is to furnish and install new Radio Frequency Identification (RFID) locksets, keycards, and associated hardware/software. Proposals are due Tuesday, April 28, 2026, at 9:00 AM CDT.
Scope of Work
The project requires the provision and installation of approximately 2,030 RFID locksets (specifically Onity HT-24/28+ANSI Electronic Lock with Mortise Lock) across ten dormitory facilities. This includes installing 2,022 new locksets and providing additional units to the base locksmith. Contractors must also supply 6,000 RFID keycards, install all necessary hardware and software, and provide software training. The scope encompasses the demolition and return of existing locks, site preparation (including 6' chain link fencing), and adherence to detailed specifications for demolition and card key access control hardware. Prevailing wage rates (Davis-Bacon Act) apply.
Contract Details
This is 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. The acquisition is a 100% SDVOSB Set-Aside under NAICS Code 238210 (Repair Or Alteration Of Miscellaneous Buildings) with a size standard of $19,000,000.
Submission & Evaluation
Proposals are due by Tuesday, April 28, 2026, at 9:00 AM CDT. Offers must remain valid for at least 180 calendar days. Evaluation will follow a Lowest Price Technically Acceptable (LPTA) method, with specific factors detailed in Section M of the solicitation. Offerors must acknowledge all amendments. Required submissions include a Past Performance Reference List (Attachment 4) and a Past Performance Questionnaire (Attachment 5), with the PPQ due by April 24, 2026, at 9:00 AM CDT to alicia.bowman@us.af.mil. Detailed proposal preparation instructions are in Section L.
Key Considerations
Funds are not presently available for this effort, and no award will be made until funds are secured. The Government reserves the right to cancel the solicitation. Award of base and option CLINs will be made on an "all, some, or none" basis, dependent on available funding. A pre-bid site visit was held on March 30, 2026, and subsequent Questions & Answers (Attachment 8) and HT Mortise Lockset Specifications (Attachment 9) have been provided.
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)