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
    Environmental Remedial Action Contract
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVFACSYSCOM Atlantic, is seeking proposals for an Environmental Remedial Action Multiple Award Contract aimed at small businesses. This contract will focus on the repair, alteration, and restoration of real property, addressing environmental remediation needs. Such contracts are crucial for maintaining compliance with environmental regulations and ensuring the safety and sustainability of military installations. Interested parties can reach out to Mary Lassiter at mary.lassiter@navy.mil or call 757-322-4593 for further details regarding the procurement process.
    Multimedia Environmental Compliance Services with an Emphasis on Fuel Storage Tanks/Spill, Air Quality, and Waste/Materials
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command (NAVFAC) Washington, is seeking qualified small businesses to provide Multimedia Environmental Compliance Services, focusing on Fuel Storage Tanks, Spill Management, Air Quality, and Waste/Materials. The contract will encompass a full range of environmental compliance services, ensuring adherence to various federal, state, and local regulations, and will be executed as an Indefinite-Delivery/Indefinite Quantity (IDIQ) contract with firm-fixed price task orders. The total contract value is anticipated to reach a maximum of $45 million over a five-year period, with a minimum guarantee of $50,000, and the Request for Proposals (RFP) is expected to be posted on or around January 7, 2026. Interested firms must register on the Procurement Integrated Enterprise Environment (PIEE) website and the System for Award Management (SAM) database to participate in the procurement process.
    Environmental Remedial Action Contract
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVFACSYSCOM Atlantic, is seeking qualified small businesses for an Environmental Remedial Action Multiple Award Contract. This procurement aims to address the repair or alteration of restoration of real property, which is critical for environmental remediation efforts. The selected contractors will play a vital role in executing projects that contribute to the restoration of affected sites, ensuring compliance with environmental regulations. Interested parties can reach out to Mary Lassiter at mary.lassiter@navy.mil or call 757-322-4593 for further details regarding this opportunity.
    Request for Information (RFI) for Passive Defense Solutions
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, has issued a Request for Information (RFI) for passive defense solutions aimed at countering threats posed by Group 1-3 Unmanned Aerial Systems (UAS) to USAF assets. The Air Force is seeking industry input on solutions that utilize Camouflage, Concealment, Deception, and Hardening (CC&D+H) measures, with an emphasis on low-cost, user-friendly, and rapidly deployable options that can integrate with existing systems. These solutions are critical for enhancing the protection of Air Force assets by reducing spectral and visual signatures while ensuring operational continuity. Interested vendors are required to submit a five-page response detailing their company overview, proposed solutions, technical approaches, performance data, and cost/schedule by December 22, 2025, at 1600 EST. For further inquiries, vendors may contact Timothy Overby at timothy.overby.1@us.af.mil or Jennifer Judkins at jennifer.judkins@us.af.mil.
    Mold and Asbestos Remediation Vance AFB F713-112
    Dept Of Defense
    The Department of Defense, through ASRC Federal Field Service, LLC, is seeking proposals for mold and asbestos remediation services at Vance Air Force Base in Enid, Oklahoma. The project, identified as FP1023093, involves the abatement of hazardous materials in Room 112 of Facility 713, requiring contractors to provide supervision, labor, equipment, and materials while adhering to strict safety protocols. This remediation is crucial for maintaining a safe environment and compliance with health regulations. Proposals must be submitted electronically to Betty S. Kliewer at betty.kliewer.ctr@us.af.mil by January 5, 2026, at 10:00 AM, with quotes valid for 60 days. Interested vendors must also ensure their registration with the System of Award Management (SAM) is current and complete necessary vendor paperwork prior to award.
    Environmental Remedial Action Contract
    Dept Of Defense
    The Department of Defense, through the Department of the Navy's NAVFACSYSCOM Atlantic, is seeking qualified small businesses for an Environmental Remedial Action Multiple Award Contract. This procurement aims to address the repair or alteration of restoration of real property, emphasizing environmental remediation efforts. The selected contractors will play a crucial role in managing and executing projects that contribute to environmental restoration and compliance. Interested parties can reach out to Mary Lassiter at mary.lassiter@navy.mil or call 757-322-4593 for further information regarding this opportunity.
    Increasing capacity on IDIQ W912WJ19D0003
    Dept Of Defense
    The Department of Defense, specifically the Army Corps of Engineers New England District, is seeking to increase capacity on the existing IDIQ contract W912WJ19D0003 for environmental support services. The procurement focuses on three main program areas: a Groundwater Treatment Plant Treatability Study at Hanscom Air Force Base in Bedford, MA, a Remedial Investigation for LF004 at the same base, and construction phase services at the Raymark Superfund Site in Stratford, CT. This additional capacity is crucial to ensure the timely completion and maintenance of ongoing environmental remediation efforts. Interested parties can contact Elizabeth Glasgow at elizabeth.k.glasgow@usace.army.mil or Erin Bradley at erin.e.bradley@usace.army.mil for further details.
    ESCAPE SaaS Request for Information (RFI)
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is conducting a Request for Information (RFI) to identify potential sources for the Enterprise Supply Chain Analysis Planning & Execution (ESCAPE) Software as a Service (SaaS) Follow-on Contract. The primary objective is to procure a product contract that focuses on providing PTC Service Parts Management (SPM) SaaS capabilities for IL5 and IL6, along with additional services for training, analysis, configuration, and Tier 1-3 help desk support. This initiative is crucial for enhancing the Air Force's supply chain management capabilities and ensuring efficient operations. Interested parties are encouraged to respond by 4:00 PM Central Time on December 19, 2025, and should direct inquiries to Matthew Tonay at matthew.tonay.1@us.af.mil or Megan Donaghe at megan.donaghe@us.af.mil.
    Air Force Installation and Mission Support Center (AFIMSC) STREAMLINING PROCUREMENT FOR EFFECTIVE EXECUTION & DELIVERY (SPEED) Commercial Solutions Opening (CSO)
    Dept Of Defense
    The Department of Defense, through the Air Force Installation and Mission Support Center (AFIMSC), is seeking innovative commercial solutions under the Streamlining Procurement for Effective Execution and Delivery (SPEED) Commercial Solutions Opening (CSO). The primary objective is to acquire advanced technologies and services that enhance project outcomes, particularly in optimizing construction costs and schedules while integrating data-driven insights for improved project performance. This initiative emphasizes collaboration with a diverse range of entities, including non-traditional defense contractors, to address critical challenges faced by the Air Force. Interested parties should note that submissions for the first spiral of proposals are due by November 1, 2025, and can contact Brock Moon at brock.moon@us.af.mil or Nicholas Kimmey at nicholas.kimmey@us.af.mil for further information.
    Mold and Asbestos Remediation at Vance AFB F713-111
    Dept Of Defense
    The Department of Defense, through ASRC Federal Field Service, LLC, is seeking proposals for mold and asbestos remediation services at Vance Air Force Base in Enid, Oklahoma. The project involves the abatement of hazardous materials in Room 111 of Facility 713, requiring contractors to provide supervision, labor, equipment, and materials while adhering to strict safety and environmental regulations. The total performance period for the project is 75 calendar days, including a 30-day work completion timeframe, and proposals must be submitted electronically by January 5, 2026, at 10:00 AM to the primary contact, Betty S. Kliewer, at betty.kliewer.ctr@us.af.mil. Interested vendors must ensure their registration with the System of Award Management (SAM) is current and complete the necessary vendor paperwork prior to award.