Airfield Management Services - Keesler AFB Solicitation
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 (81st Training Wing) is soliciting proposals for Airfield Management Services (AMS) at Keesler Air Force Base, Biloxi, MS. This is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside for a firm-fixed price contract. The services involve providing professional, safe, and effective AMS during flying hours and after duty hours for various military and transient aircraft. Proposals are due February 13, 2026.
Scope of Work
The Performance Work Statement (PWS) details requirements for AMS, including determining and reporting runway surface conditions, airfield restriction/closure/NOTAM procedures, emergency response, bird aircraft strike hazard (BASH) mitigation, foreign object damage (FOD) mitigation, airfield lighting and marking checks, and distinguished visitor (DV) support. The scope also covers specific services for the Passenger Terminal, such as operations, processing, and quality control. Contractor personnel must meet specific qualifications, adhere to strict security protocols, and provide certain vehicles for AMS operations. The contractor is also required to develop and maintain a Quality Control Plan (QCP).
Contract Details
- Type: Firm-Fixed Price (FFP)
- Period of Performance: A base year from April 1, 2026, through March 31, 2027, with four one-year option periods. The Option to Extend Services clause (FAR 52.217-8) for an additional 6 months may be included.
- Set-Aside: 100% Service-Disabled Veteran-Owned Small Business (SDVOSB)
- NAICS: 488119 (Other Airport Operations)
- Size Standard: $40.0M
- Evaluation: Proposals will be evaluated based on compliance with solicitation requirements, Past Performance (significantly more important than Price), and Price.
Key Dates & Actions
- Offer Due Date: February 13, 2026, 10:00 AM Local Time.
- Site Visit: A site visit is planned for Monday, February 2, 2026, at 9:30 AM CST. Attendees must obtain base passes and follow specific entry procedures.
- Questions Due: Thursday, February 5, 2026, 12:00 PM CST.
- Past Performance Questionnaire Due: February 5, 2026, 10:00 AM CST. Bidders must ensure the questionnaire is completed accurately and submitted as a PDF to the designated Contract Specialist and Contract Officer.
- SAM Registration: All prospective offerors must be registered in the System for Award Management (SAM) prior to contract award.
Attachments & Notes
The solicitation includes a Performance Work Statement (PWS), Wage Determination, Past Performance List of References, and a Past Performance Questionnaire. Amendment 0001, posted January 26, 2026, added a Collective Bargaining Agreement (CBA). Bidders must review this CBA to understand the labor costs, benefits, and working conditions for unionized employees. Offerors should frequently monitor SAM.gov for any further updates or amendments to the solicitation.