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 is soliciting proposals for Airfield Management Services (AMS) at Keesler Air Force Base, Biloxi, MS. This 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside opportunity seeks professional, safe, and effective AMS for military, distinguished visitor, emergency medical, and contingency aircraft. The contract is a Firm-Fixed Price award. Proposals are due February 18, 2026, at 10:00 CST.
Scope of Work
The contractor will provide non-personal AMS to the 81st Training Wing and 403d Wing, adhering to FAA, DoD, OSHA, USAF, and AETC regulations. Key tasks include:
- Airfield inspections, foreign object debris (FOD) mitigation, and bird aircraft strike hazard (BASH) management.
- Airfield lighting and marking checks, emergency response, and coordination with various agencies.
- Support for special events, hurricane actions, and Emergency Operations Center (EOC) actions.
- Management of passenger terminal services, including operations, processing, and quality control.
Contract Details
- Contract Type: Firm-Fixed Price
- Set-Aside: 100% Service-Disabled Veteran-Owned Small Business (SDVOSB)
- NAICS Code: 488119 (Other Airport Operations), Size Standard: $40.0M
- Period of Performance: Base period from April 1, 2026, to September 30, 2026, with multiple option periods extending through September 30, 2030. An Option to Extend Services clause (FAR 52.217-8) for an additional 6-months may be included.
Key Requirements & Clarifications
Offerors must be SBA certified SDVOSBs and registered in SAM.gov. The contract is performance-based, requiring offerors to determine manning. Contractor personnel must meet specific qualifications (e.g., AFMAN 13-204v2, PWS Appendix G) and training (Advanced Airfield Manager Course, BASH). The contractor must provide two 4x4 vehicles and dispersal equipment (shotguns, bird scare cannons). A Collective Bargaining Agreement (CBA) and Wage Determination are attached, which bidders must consider for labor costs. No transition period is planned; the incumbent will provide support.
Submission & Evaluation
Proposals will be evaluated based on Compliance, Past Performance, and Price, with Past Performance being significantly more important than Price. Offerors must use the provided Past Performance List of References and Questionnaire templates. The solicitation, including the updated Performance Work Statement (PWS) and amendments, is available on SAM.gov.
Contact Information
- Primary: Priscilla Brown (priscilla.brown.5@us.af.mil, 228-377-1827)
- Secondary: Joshua Brown (joshua.brown.138@us.af.mil, 228-377-1808)