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, estimated between $1,000,000 and $5,000,000, is a Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside. The proposal deadline has been extended to Tuesday, April 28, 2026, at 9:00 AM CDT.
Scope of Work
The project requires furnishing all equipment, labor, supervision, and materials to install approximately 2,030 Radio Frequency Identification (RFID) locksets across ten dormitory facilities (e.g., B7330, B7320, B7420). This includes providing 6,000 RFID keycards, installing necessary hardware and standalone software, and providing training to Material Transfer Logs (MTLs). The contractor will also be responsible for demolishing existing locks, maintaining a neat jobsite, and securing staging areas with fencing. Dorms will remain occupied during installation, requiring coordination with the Facility Manager/MTL, and work will proceed one building at a time.
Contract Details
This is anticipated to be a Firm Fixed-Price (FFP) contract. The Period of Performance (POP) is 90 calendar days if five or fewer Contract Line Item Numbers (CLINs) are awarded, and 180 calendar days if six or more CLINs are awarded, commencing 10 days after award. Performance and Payment Bonds are required. The NAICS code is 238210 with a size standard of $19,000,000.00 annual receipts. Funds are not presently available, and award is contingent upon funding. The Government reserves the right to cancel the solicitation.
Set-Aside
This acquisition is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside.
Evaluation & Submission
Proposals will be evaluated using the Lowest Price Technically Acceptable (LPTA) method. Offerors must acknowledge all amendments. Detailed instructions for proposal preparation are in Section L, and evaluation factors are in Section M. The proposal due date is April 28, 2026, at 9:00 AM CDT. Offerors must ensure their proposed locksets are technically acceptable, with Onity Trillium noted as an acceptable option. Perpetual software licenses are preferred, and lock software will require IT approval and cybersecurity review.
Key Clarifications
Recent amendments and Q&A (Attachment 10) clarify that one programmer is required per dorm (total 10), the total lockset quantity is 2,030, and the contractor is responsible for field verification of door handing. Warranty requirements include a one-year workmanship warranty from the prime contractor and a two-year manufacturer warranty for materials.