RFI #2 - Environmental Construction and Optimization Services (ECOS) 2026
ID: 772ESSPKSECOSRFI2Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA8903 772 ESS PKJBSA LACKLAND, TX, 78236-9861, USA

NAICS

Remediation Services (562910)
Timeline
    Description

    The Department of Defense, specifically the Department of the Air Force, is seeking industry input through a Request for Information (RFI) for the Environmental Construction and Optimization Services (ECOS) program, which aims to support the Air Force Civil Engineer Center (AFCEC). This initiative is intended to gather insights on industry capabilities and qualifications to inform the development of a future solicitation for remediation services, particularly focusing on groundwater treatment and PFAS contamination, with a proposed contract period from September 2026 to September 2036. The services will be performed at various Air Force installations across the United States and its territories, emphasizing compliance with environmental regulations and efficient task order management. Interested contractors are encouraged to submit their responses, including past project experiences and feedback on the draft Performance Work Statement, by February 5, 2025, to designated contacts including Thomas Dimitriou at thomas.dimitriou@us.af.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The document is a Performance Work Statement (PWS) for an Environmental Construction and Optimization Services (ECOS) contract by the U.S. Air Force. It outlines the requirements and scope for tasks such as environmental planning, assessments, construction, compliance, and remediation primarily at Air Force installations across all U.S. states and territories. Compliance with relevant federal, state, and local laws is emphasized, alongside a focus on efficient management through task orders (TOs). Key reporting, planning, and coordination processes involve the submission of various project management and progress reports, including financial and status documentation. Contractors are expected to engage in proactive problem-solving and teamwork with the Air Force Civil Engineering Center and other stakeholders. The PWS also includes specialized sections on hazardous waste management, site access, permits, photography documentation, and safety measures. Adhering to strict quality assurance and laboratory standards is mandated, with an emphasis on achieving clear performance objectives using optimized remediation strategies. Overall, it aims to ensure effective environmental management and restoration while fulfilling legal and operational requirements efficiently.
    The Department of the Air Force is issuing a Request for Information (RFI) for the Environmental Construction and Optimization Services (ECOS) program, aimed at supporting the Air Force Civil Engineer Center (AFCEC). This RFI seeks industry insights to shape future solicitation requirements and evaluation criteria for a proposed contract with a 10-year ordering period, expected to run from September 2026 to September 2036. Interested companies are invited to express their interest, describe their capabilities, and provide feedback on draft work statements by February 5, 2025. Key areas of inquiry include past project experiences, capacities in various geographic locations, and considerations for selection methodologies in contract awards. Moreover, input on emergency response mechanisms and potential adjustments for small business categories is sought. Companies must complete their responses via an attached matrix, submitted via email to designated government officials. This RFI represents preliminary market research, and the government will not assume responsibility for any incurred costs from submissions. Feedback will be utilized to enhance acquisition planning and requirements formulation.
    The document is an RFI (Request for Information) aimed at contractors regarding a project involving remediation services, particularly for groundwater treatment and PFAS contamination. It outlines specific questions that contractors must answer, including their business classification (e.g., small business, veteran-owned), proposal interest level, types of projects previously handled, and experience in austere locations. Contractors are prompted to provide detailed descriptions of past projects, including technical specifications, operational capacity, and risk management strategies. The RFI seeks to understand the capabilities of potential contractors, their approach to task order management, and their stance on various selection methodologies for contract awards. Contractors are also encouraged to provide feedback on the Draft Performance Work Statement and any technological advances relevant to future requirements. Overall, the document serves as a preliminary market research tool aimed at gathering industry input to inform the government's acquisition strategy for remediation services.
    Lifecycle
    Similar Opportunities
    BAA Number FA8051-24-S-0001/CALL #3 PFAS Destruction
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals under Broad Agency Announcement (BAA) Number FA8051-24-S-0001 for the development of advanced technologies aimed at the destruction of Per- and Polyfluoroalkyl Substances (PFAS). The initiative seeks economically viable and environmentally safe methods for processing PFAS-containing materials, with a focus on mobile and static systems that offer high efficiency and low operational costs. This effort is critical for addressing hazardous environmental contaminants while supporting U.S. Air Force operations and readiness. The total funding available for this opportunity is approximately $49 million, with $36 million remaining for awards. Interested parties must submit white papers by April 21, 2025, with awards expected to be made by September 5, 2025. For inquiries, contact Toby L. Carnes at toby.carnes.1@us.af.mil or Nikita Chandiramani at nikita.chandiramani@us.af.mil.
    Scott AFB ORC SATOC
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is preparing to solicit proposals for the Scott AFB ORC SATOC, focusing on environmental remediation services. This procurement aims to address various environmental systems protection needs, ensuring compliance with federal regulations and promoting sustainable practices. The services sought are critical for maintaining environmental integrity at military installations, thereby supporting the Army's mission and operational readiness. Interested contractors can reach out to Kari Rogers at kari.a.rogers@usace.army.mil for further details as the presolicitation notice progresses.
    BULK FUELS FACILITY (BFF) GROUNDWATER TREATMENT SYSTEM OPERATIONS, KIRTLAND AIR FORCE BASE, NM
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking qualified contractors for the operation of a groundwater treatment system at the Bulk Fuels Facility (BFF) located at Kirtland Air Force Base in New Mexico. The procurement aims to ensure effective remediation services to address environmental concerns associated with the facility's operations. This opportunity is critical for maintaining compliance with environmental regulations and safeguarding public health in the surrounding area. Interested parties can reach out to Loretta Sanchez at loretta.d.sanchez@usace.army.mil or call 505-342-3210 for further details regarding this Sources Sought notice.
    SPE603-25-R-0503 DFSP Norwalk and DFSP San Pedro Environmental Services
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Energy, is soliciting proposals for environmental services at the Defense Fuel Support Points (DFSP) in Norwalk and San Pedro, California, under solicitation SPE603-25-R-0503. The procurement aims to secure indefinite-delivery indefinite-quantity (IDIQ) firm fixed-price contracts for environmental remediation, compliance, and facility maintenance services, with a primary goal of site closure and restoration while adhering to regulatory requirements. This initiative is crucial for managing environmental liabilities and ensuring compliance with federal, state, and local regulations, particularly concerning contamination from petroleum hydrocarbons and per- and polyfluoroalkyl substances (PFAS). Interested parties must register in the System for Award Management (SAM) and submit their proposals by the specified deadlines, with a total estimated funding of $2.5 million for Norwalk and $7 million for San Pedro, and a performance period from July 1, 2025, to June 30, 2029, with an option for a six-month extension. For further inquiries, contact Rhoji Fernandez at Rhoji.Fernandez@DLA.mil or Mark A. Laskoski at mark.laskoski@dla.mil.
    THIS IS A REQUEST FOR INFORMATION (RFI)/ MARKET RE
    Buyer not available
    The Environmental Protection Agency (EPA) is issuing a Request for Information (RFI) regarding remediation services under the jurisdiction of the Region 3 Contracting Office. This opportunity aims to gather market insights and capabilities related to environmental remediation, which is crucial for addressing contamination and restoring ecosystems. The procurement falls under the NAICS code 562910 and PSC code F108, indicating a focus on environmental systems protection and remediation efforts. Interested parties can reach out to Kellee J. Haye at haye.kellee@epa.gov or call 215-814-5130 for further information.
    Oil Water Separators
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified small businesses to provide oil water separator (OWS) services at Peterson Space Force Base (PSFB) and Cheyenne Mountain Space Force Station (CMSFS). The procurement involves comprehensive management of waste systems, including inspection, cleaning, and maintenance of oil/water separators and septic tanks, adhering to federal and OSHA standards. These services are crucial for environmental compliance and operational efficiency, ensuring the bases maintain their environmental integrity while fulfilling their mission requirements. Interested contractors must submit their quotations by March 21, 2025, and can contact Dominic Impallaria at dominic.impallaria@spaceforce.mil or Philip Choate at philip.choate.1@spaceforce.mil for further information.
    AE MATOC for NETZERO Title I and Title II Services in support of Executive Order 14057
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified architect-engineer firms to participate in the AE MATOC for NETZERO Title I and Title II Services, in alignment with Executive Order 14057. The procurement aims to gather industry feedback on firms' experience with architect-engineer services focused on vertical design, including planning, design, and construction phase services for new facilities and modernization of existing structures, all aimed at enhancing mission resilience and transitioning to Net-Zero facilities. This initiative is critical for supporting the Department of Defense's goals of reducing greenhouse gas emissions and promoting sustainable practices in federal operations. Interested firms are encouraged to respond to the sources sought notice by March 3, 2024, with a projected contract ceiling exceeding $2 billion, and should direct inquiries to Brindle Summers at brindle.summers@us.af.mil or Brian Bosworth at brian.bosworth.3@us.af.mil.
    Environmental Remediation for Southern California
    Buyer not available
    The Department of Defense, specifically the Department of the Army through the W075 Endist Los Angeles office, is seeking sources for environmental remediation services in Southern California. The objective of this procurement is to identify qualified contractors capable of providing remediation services as outlined under NAICS code 562910 and PSC code F108, which focus on environmental systems protection and remediation efforts. These services are critical for addressing environmental concerns and ensuring compliance with federal regulations in the region. Interested parties should reach out to Christine Davis at christine.davis@usace.army.mil for further information regarding this sources sought notice.
    Replace Spill Buckets at 4 Launch Facilities (FE Warren AFB, WY)
    Buyer not available
    The Department of Defense, through the U.S. Air Force, is soliciting proposals for the replacement of underground storage tank (UST) spill buckets at four launch facilities located at F.E. Warren Air Force Base in Wyoming. The project, designated as Project Number GHLN 25-0240, requires contractors to provide all necessary labor, materials, and equipment to ensure compliance with applicable standards, with a performance period of 120 calendar days from the notice to proceed. This initiative is critical for maintaining safety and environmental compliance at military installations, emphasizing the importance of effective hazardous material containment. Interested contractors should submit their proposals by April 14, 2025, and can direct inquiries to Jordyn Tkach at jordyn.tkach@us.af.mil or Liezel McIntyre at liezel.mcintyre@us.af.mil. The estimated project value ranges between $100,000 and $250,000, and compliance with the Davis-Bacon Act for wage determinations is required.
    REQUEST FOR INFORMATION (RFI) Support to the Air Force Distributed Common Ground System (DCGS) Systems Field Support (DSFS)
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking information from potential contractors to support the Air Force Distributed Common Ground System (DCGS) Systems Field Support (DSFS). The procurement aims to sustain and maintain Radio Frequency (RF) services critical for Intelligence, Surveillance, and Reconnaissance (ISR) operations, including program management, hardware maintenance, and logistics support. This initiative is vital for ensuring operational readiness and effectiveness in military operations, with a minimum uptime requirement of 99.5% for the systems involved. Interested parties must submit their responses to the Request for Information (RFI) by March 28, 2025, and can direct inquiries to ShaNellda Harris at shanellda.harris@us.af.mil or Samantha Taylor at samantha.taylor.12@us.af.mil.