Skip to content
Department of Defense

Restoration and Modernization of Jones Hall, Keesler AFB

Solicitation: Not available
Notice ID: c7eaba42c45945328b0d7a512de25c64
TypeSpecial NoticeSet-AsideNONEDepartmentDepartment of DefenseAgencyDept Of The Air ForceStateMSPostedJan 30, 2026, 12:00 AM UTCDueFeb 13, 2026, 08:00 PM UTCExpired

Special Notice from DEPT OF THE AIR FORCE • DEPT OF DEFENSE. Place of performance: MS. Response deadline: Feb 13, 2026.

DoD CMMC Readiness
Modern compliance support by Federal Bid Partners

CMMC support options for this DoD solicitation

As DoD CMMC rollout expands, approximately 80%+ of DoD solicitations are expected to include cybersecurity/CMMC requirements, including many non-tech scopes.

Done-for-you service
CMMC start-to-finish with FBP
$2,000
Registered Practitioner logo
Guided by a Registered Practitioner with practical DoD workflow support.
  • Gap review, remediation roadmap, and implementation support
  • Policy package, evidence mapping, and submission prep
  • Designed for primes and subs across non-tech and tech work
Start CMMC with Federal Bid Partners →
AI-powered application
CMMC Pulsar™ start-to-finish
$399
CMMC Pulsar logo
First-of-its-kind CMMC Pulsar™ app to run your CMMC workflow with AI assistance.
  • Structured checklist, AI guidance, and progress tracking
  • Build evidence and controls with clearer next-step workflows
  • Ideal for teams that want speed plus affordability
Open CMMC Pulsar™ →
Requirements vary by acquisition and contract type; COTS-only exceptions may apply.

Market snapshot

Awarded-market signal for this agency (last 12 months).

12-month awarded value
$23,503,711,969
Sector total $23,503,711,969 • Share 100.0%
Live
Median
$274,243
P10–P90
$33,384$6,614,091
Volatility
Volatile200%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
100.0%
share
Momentum (last 3 vs prior 3 buckets)
+3970975%($23,502,528,253)
Deal sizing
$274,243 median
Use as a pricing centerline.
Live signal is computed from awarded notices already observed in the system.
Signals shown are descriptive of observed awards; not a forecast.

Related hubs & trends

Navigate the lattice: hubs for browsing, trends for pricing signals.

We write these bids →
Open on SAM.gov →
Map for MS
Live POP
Place of performance
Biloxi, Mississippi • 39534 United States
State: MS
Contracting office
Jbsa Lackland, TX • 78236-9861 USA

Incumbent & Expiration Tracking

Incumbent
Not available
Data source
Not detected
Contract expiration
Not available
No expiration data
Capture records and source attachments to track incumbent rollover timing.

Competitive Heat Score

Bid pressure estimate
0/100
Low

Lower direct competition signal relative to other notices.

  • Deadline status: Notice is already expired.
  • Set-aside: Scoped as NONE.

Point of Contact

Name
Sam Mendez
Email
samuel.mendez@us.af.mil
Phone
13804586627
Name
Dalam Siewert
Email
dalam.siewert.1@us.af.mil
Phone
Not available

Agency & Office

Department
DEPT OF DEFENSE
Agency
DEPT OF THE AIR FORCE
Subagency
AIR FORCE MATERIEL COMMAND
Office
AF INSTALLATION & MISSION SUPPORT CENTER • FA8903 772 ESS PK
Contracting Office Address
Jbsa Lackland, TX
78236-9861 USA

Description

THIS IS A PROJECT LABOR AGREEMENT (PLA) SURVEY ONLY.

This is a SPECIAL NOTICE. The 772 Enterprise Sourcing Squadron is soliciting comments from the construction community addressing use of a PLA for the restoration and modernization of Jones Hall located at Keesler AFB, Mississippi.

***No proposals are being requested or accepted with this PLA notice***

Description:

772 ESS/PKA is soliciting comments from the construction community addressing the potential use of Project Labor Agreements (PLAs) for a large-scale construction project ($35 million or more) for the following:

Project scope:

The Design-Bid-Build (DBB) Construction to Repair Jones Hall, B6902 at Keesler AFB (KAFB), MS, the contractor will provide the Government with a complete construction and warranty for the restoration and modernization of Jones Hall. This project will encompass the following:

  • Prepare the temporary facilities site.  Perform grading, install temporary paved walk-ways, and install temporary utilities.  Upon completion of the Jones Hall renovation and removal of the RLFs, restore the site to pre-construction conditions.
  • Procure and install temporary facilities/RLFs. Remove RLFs after construction completion.
  • Jones Hall Restoration & Modernization Repair
  • Renovate Arnold Hall for use as a temporary facility.
  • Existing Jones Hall FF&E will be utilized in the temporary RLF’s and at Arnold Hall transported by the government to and from the facilities. The remaining Jones Hall FF&E, not utilized in the temporary facilities, will be transported by the contractor to the recycling center on Keesler AFB for disposal. 
  • Install the RLF and furnish temporary equipment for the FAB-T Classroom, coordinate with Raytheon to move FAB-T Equipment into the RLF before construction begins, and back into Jones Hall after construction completion.  The FAB-T classroom must remain operational without interruption of more than 10 continuous days during the project.  Assume that 9 months is required for Raytheon to prepare for and procure all materials and equipment needed to move the FAB-T equipment from Jones Hall to the RLF.
  • Upgrade and repair site civil work, including repair and replacement of sidewalks, walkways, and steps to meet Architectural Barriers Act (ABA) accessibility standards.  Remove the existing loading dock.  Restripe the parking lot to provide ABA compliant parking and ramps. 
  • Exterior Building Envelope repairs and upgrades in compliance with UFC 4-010-01 DoD Minimum Antiterrorism Standards for Buildings.
  • Construct structural upgrades to include helical piers, structural improvements for window framing, new shear walls, for new SSMR and hurricane shelter.
  • Hurricane Shelter upgrades meeting ICC 500 and FEMA-361 as implemented in UFC 3-301-01.
  • Demolish interior finishes, partition walls, and Structural Interior Design (SID) elements to provide modern classroom and laboratory spaces.  Jones Hall must meet the ABA accessibility standards.
  • Replace the interior and exterior electrical distribution systems.  Coordinate with the local private electrical utility company for modifications to the exterior electrical distribution systems.  Replace the existing emergency generator and construct an enclosure for the new generator.  Install new floor-boxes at classrooms/labs and new electrical panels serving each classroom in the corridors.
  • Replace the entire HVAC System. 
  • Replace the plumbing piping systems and fixtures, replace the chiller.
  • Repair and replace Fire Protection Systems to comply with UFC 3-600-01, Fire Protection Engineering.  Bring life safety egress and all other aspects of the facility into compliance with UFC 3-600-01 for new facilities.
  • Replace the non-functioning elevator and construct an enclosed elevator vestibule at each floor.
  • Replace all telecommunications distribution systems.  Install Real Property Installed Equipment (RPIE) Communications.  Installation of the Non-RPIE Communications conveyances, cabling, and devices.
  • Construct the FAB-T classrooms as secure spaces with Electronic Security Systems, including access control (ACS), intrusion detection (IDS) and CCTV.  These classrooms require STC-rated walls for sound transmission mitigation and the installation of Electronic Security Systems (ESS) in this construction project.  Compliance with ICD-705 is not a requirement of this project.
  • Install all facility related controls with cybersecurity measures required by UFC 4-010-06, Cybersecurity for Facility-Related Controls.
  • Abate or remediate Asbestos Containing Materials (ACM), Lead Based Paint (LBP) and mold.

Contract duration is estimated to be 24 months.

A PLA is defined as a pre-hire collective bargaining agreement with one or more labor organizations that establishes the terms and conditions of employment for a specific construction project and is an agreement described in 29 U.S.C. 158(f). 

Federal Acquisition Regulation (FAR) Policy:

Project Labor Agreement (PLA) is a tool that agencies may use to promote economy and efficiency in Federal procurement. Pursuant to Executive Order 13502, agencies are encouraged to consider requiring the use of project labor agreements in connection with large-scale construction projects.

An agency may, if appropriate, require that every contractor and subcontractor engaged in construction on the project agree, for that project, to negotiate or become a party to a project labor agreement with one or more labor organizations if the agency decides that the use of project labor agreements will: 

Advance the Federal Governments interest in achieving economic and efficiency in Federal procurement, producing labor-management stability, and ensuring compliance with laws and regulations governing safety and health, equal employment opportunity, labor and employment standards, and other matters; and be consistent with law.

References:

Provision: 52.222-33 Notice of Requirement for Project Labor Agreement

Clause: 52.222-34 Project Labor Agreement.

In consideration of the above factors, and any others which may be deemed appropriate, the construction community is invited to comment on the use of PLAs.  Of particular interest to the Government are responses to the following questions:

Do you have knowledge that a PLA has been used in the local area on projects of this kind?  If so, please provide supporting documentation.

Are you aware of skilled labor shortages in the area for those crafts that will be needed to complete the referenced project?  If so, please elaborate and provide supporting documentation where possible.

Are you aware of time sensitive issues/scheduling requirements that would affect the rate at which the referenced project should be completed?  If so, please elaborate and provide supporting documentation where possible.

Identify specific reasons why or how you believe a PLA would advance the Federal Government’s interest in achieving economy and efficiency in Federal procurement.

Identify specific reasons why you do not believe a PLA would advance the Federal Government’s interest in achieving economy and efficiency in Federal procurement.

Identify any additional information you believe should be considered on the use of a PLA on the referenced project.

Identify any additional information you believe should be considered on the non-use of a PLA on the referenced project.

What are the likely cost impacts, if any, to your bid/proposal price if a PLA requirement is included in the solicitation?  Please provide as much detail as possible regarding any anticipated cost impacts (positive or negative) of the inclusion of a PLA requirement, including any information you can provide about the magnitude of the anticipated impact.

Please select one of the following:

My company will not submit a proposal if PLA is required but is interested in proposing if a PLA is not a requirement.

My company plans to submit a proposal whether PLA is required or not.

My company only plans to submit a proposal if PLA is required.

In addition to affirmative responses, we are seeking negative responses to identify any potential actions we may take to improve the competitive environment. Please provide a response with feedback including rationale for not wanting to submit a proposal and any recommendations that could promote interest.

Please provide your comments to the Contracting Officer, Samuel L. Mendez II (samuel.mendez@us.af.mil) and Contract Specialist, Dalam R. Siewert (dalam.siewert.1@us.af.mil) no later than 2:00 PM Central Standard Time on 13 February  2026.

Files

Files size/type shown when available.

BidPulsar Analysis

A practical, capture-style breakdown of fit, requirements, risks, and next steps.

Analysis is being generated for this notice. Check back shortly.

FAQ

How do I use the Market Snapshot?

It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.

Is the data live?

The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.

What do P10 and P90 mean?

P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.