OPTIMIZED REMEDIATION CONTRACT (ORC) AT AIR FORCE PLANT 4 (AFP4) , FORT WORTH, TEXAS
ID: FA890325R0031Type: Presolicitation
Overview

Buyer

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

NAICS

Remediation Services (562910)

PSC

OTHER ENVIRONMENTAL SERVICES (F999)

Set Aside

SBA Certified Women-Owned Small Business (WOSB) Program Set-Aside (FAR 19.15) (WOSB)
Timeline
    Description

    The Department of Defense is seeking proposals for an Optimized Remediation Contract (ORC) at Air Force Plant 4 (AFP4) in Fort Worth, Texas, specifically aimed at addressing environmental restoration and management issues. The contract will focus on performance-based remediation services under the Installation Restoration Program (IRP), requiring contractors to engage in project management, community involvement, and long-term monitoring of contaminated sites, including the cleanup of hazardous materials. This initiative is crucial for ensuring compliance with federal regulations and enhancing environmental quality at military facilities. Interested contractors, particularly those certified as Women-Owned Small Businesses (WOSB), should direct inquiries to Tina Watsontarver at tina.watsontarver.1@us.af.mil or Christopher Keyes at christopher.keyes.2@us.af.mil, with a deadline for questions set for March 7, 2025, and responses to be published by March 14, 2025.

    Point(s) of Contact
    Files
    Title
    Posted
    The document contains a draft Request for Proposal (RFP) related to the Optimized Remediation Contract at Air Force Plant 4 in Fort Worth, Texas, under project number ACFJ20267001ORC. It includes a list of contractor questions, identified as Qstn # 1 to 10, and specifies a reference to responses provided by the government. The primary purpose of this RFP is to solicit proposals from contractors for remediation services to address environmental concerns at the specified military facility. The government’s answers to the contractor's inquiries aim to clarify the expectations and scope of work involved in the project. Given the structured layout of questions and responses, the document is a critical communication tool directing the bidding process and ensuring all parties understand the project's requirements. Such clarity is essential for fostering competitive bidding, compliance, and effective project execution in government contracting.
    The document outlines the Performance Work Statement (PWS) for an Optimized Remediation Contract (ORC) at Air Force Plant 4 (AFP4) in Fort Worth, Texas, focusing on essential environmental remediation activities. The contractor is expected to conduct comprehensive assessments, remedial actions, and long-term management across 24 Installation Restoration Program sites to meet performance objectives outlined in the PWS. The scope encapsulates various tasks, including site inspections, remedial investigations, and operations necessary for site cleanup in alignment with the Comprehensive Environmental Response, Compensation, and Liability Act (CERCLA). Additionally, it mandates compliance with all applicable federal, state, and local regulations while promoting community involvement throughout the remediation process. The contractor's responsibility extends to managing documentation and reporting progress accurately. Key performance requirements include developing and maintaining a Project Management Plan (PMP) and Integrated Master Schedule (IMS), with milestones tied to measurable outcomes. The document emphasizes the significance of stakeholder coordination, particularly with the Air Force Civil Engineer Center and regulatory agencies, to ensure successful project execution and compliance, reinforcing the government’s commitment to environmental restoration.
    The purpose of this memorandum from the Air Force Civil Engineer Center (AFCEC) is to outline the support provided for the installation of an Optimized Remediation Contract (ORC) at Air Force Plant 4 (AFP4) in Fort Worth, Texas, for the fiscal year 2025. AFCEC will assist the contractor by facilitating various operational tasks such as obtaining necessary identification badges and vehicle passes, providing escorts for data collection, and aiding in the acquisition of existing project documents and engineering plans. Additionally, a designated staging area will be allocated for the storage of equipment and supplies. This support is crucial for ensuring the contractor can effectively perform site restoration activities as detailed in the Performance Work Statement (PWS). The memorandum underscores the collaborative efforts between the AFCEC and contractors to achieve successful remediation outcomes while adhering to operational requirements at the facility.
    The document outlines a comprehensive plan for various environmental restoration and management tasks under federal and state initiatives. Primarily, it details the submission process for RFPs (Request for Proposals) and grants related to environmental projects, such as the Installation of Integrated Master Schedules, Restoration Advisory Board Support, and Continuous Long-term Monitoring (LTM) of contaminated sites, specifically addressing the cleanup of hazardous materials like 1,4-Dioxane. The structure includes CLIN (Contract Line Item Number) descriptions for each task, specifying actions over multiple option years (OY) alongside a base year. Key elements emphasize project management, community involvement, and tailored responses to regulatory guidelines, as well as monitoring and evaluation of remedial actions. Updates to several plans, including the Community Involvement Plan and Quality Program Plans, are crucial for ongoing compliance and stakeholder engagement. Overall, the document serves to facilitate informed proposals from potential contractors, ensuring alignment with federal and state compliance standards while fostering ongoing engagement with affected communities throughout the remediation process.
    The document outlines the proposal submission requirements for a government Request for Proposals (RFP), detailing the necessary structure and content of submissions. It specifies the submission must be electronic via the Procurement Integrated Enterprise Environment (PIEE) and organized into three volumes: Past Performance and Technical/Risk Approach, Price, and Solicitation, Offer and Award Documents. Each volume has specific page limits, formatting standards, and content requirements, particularly regarding past performance information and technical approaches related to environmental restoration projects. Offerors are instructed to provide a thorough narrative detailing relevant experience and technical risk management, emphasizing quality control and effective management strategies. Additional documentation must include certifications, joint venture agreements, and affirmative responsibility determinations to establish the offeror's qualifications and capabilities. This structure ensures proposals are assessed fairly and methodically, in alignment with federal procurement standards.
    The document outlines the labor category qualifications required for federal contracts related to environmental and traditional construction activities. It details the qualifications needed for key personnel, including Program Managers, QA/QC Managers, Project Geologists, Health and Safety Managers, and Chemists, emphasizing degrees, years of experience, and professional registrations necessary for each role. For instance, a Program Manager must have a bachelor's degree in a technical field and at least ten years of experience, including specific years in DoD projects. The document also delineates requirements for junior, mid-level, and senior technical and administrative personnel. Key tasks include project management, quality assurance, and effective communication with stakeholders, along with adherence to relevant federal, state, and local laws. The structured presentation of qualifications and roles ensures compliance with government standards for staff involved in environmental remediation and construction projects, ultimately contributing to successful project outcomes.
    The document outlines the evaluation criteria for proposals submitted in response to a government Request for Proposals (RFP). The award will be given to the offeror providing the best value, considering both price and non-price factors. The evaluation comprises three main factors: Past Performance, Technical/Risk Approach, and Price. Past Performance assesses the offeror's relevant and recent track record, emphasizing projects completed within five years and evaluating their quality. Acceptable ratings for past performance are required for consideration. The Technical/Risk Approach evaluates the offeror's understanding and approach to task performance, including risk identification and mitigation strategies. Price evaluation focuses on the total evaluated price's completeness and reasonableness, ensuring there is no unbalanced pricing that could pose risks. Discussions with offerors may occur at the government's discretion, but the intention is to award without further negotiation. The document reflects a structured approach aimed at ensuring a fair evaluation while balancing risk and potential performance outcomes, vital in the context of government contracts.
    The document outlines a government solicitation for an Optimized Remediation Contract at Air Force Plant 4 in Fort Worth, Texas, with a focus on performance-based remediation under the Installation Restoration Program (IRP). The RFP (Request for Proposal) includes detailed specifications for multiple services such as project management planning, integrated master scheduling, community involvement plans, and long-term monitoring at various sites. Each service item specifies quantities and pricing arrangements, generally structured as firm fixed price contracts. The contract aims to address environmental restoration and management issues prevalent at the site, ensuring compliance with federal regulations. Contractors are required to submit sealed bids and acknowledge receipt of any amendments to the solicitation. Additionally, the process involves clear guidelines for invoice submission and payment. The overall intent of this RFP is to enhance environmental quality while providing a transparent bidding process for potential contractors interested in supporting military and environmental operations.
    The Department of the Air Force issued a Draft Request for Proposal (RFP) FA8903-25-R-0031 for Optimized Remediation Services at Air Force Plant 4 in Fort Worth, Texas. This initiative aims to secure a Firm Fixed Price contract for environmental remediation under the Women Owned Small Business program, contingent on acceptance by the Small Business Administration (SBA). The document serves to solicit industry feedback only and is not an active solicitation for proposals. Contractors are encouraged to submit inquiries regarding the draft documents without including company overviews or specific business approaches. The anticipated contract duration is approximately ten years, consisting of one base year and nine optional years. Questions must be submitted via email by March 7, 2025, with responses compiled and published on SAM.gov by March 14, 2025. The draft also includes various attachments, such as the Performance Work Statement and instructions for offerors, to enhance understanding of the requirements and improve the solicitation process. Overall, this memorandum represents the government’s proactive approach to engaging with potential contractors and refining project specifications before officially soliciting proposals.
    Lifecycle
    Similar Opportunities
    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.
    Z -- Enviromental Remedial Action Contract
    Buyer not available
    The Department of Defense, through the Department of the Navy's NAVFACSYSCOM Atlantic, is soliciting proposals for an Environmental Remedial Action Contract (RFP N62470-24-R-0072) aimed at addressing environmental contamination at various Navy and Marine Corps installations. The contract seeks qualified contractors to provide comprehensive remediation services, including emergency responses and various remediation methods such as bioremediation and excavation, with a minimum guaranteed contract value of $10,000 and a total maximum value of $95 million over multiple option years. This procurement is critical for ensuring compliance with federal environmental regulations and promoting effective remediation efforts at contaminated sites. Interested small businesses must submit their proposals, including past performance questionnaires and compliance with specified labor rate ceilings, by the designated deadline, with inquiries directed to Elizabeth Eliason-Carey at Elizabeth.S.Eliason-Carey.civ@us.navy.mil or by phone at 757-322-4844.
    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.
    Oil Water Separators
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the management of oil and water separators (OWS) at Peterson Space Force Base and Cheyenne Mountain Space Force Station. The procurement involves comprehensive services including inspection, cleaning, and maintenance of OWS, grease traps, and septic tanks, ensuring compliance with federal, state, and local environmental regulations. These services are critical for maintaining environmental integrity and operational readiness at military installations. Interested small businesses must submit their quotations by March 21, 2025, and can direct inquiries to Dominic Impallaria at dominic.impallaria@spaceforce.mil or Philip Choate at philip.choate.1@spaceforce.mil.
    Nationwide Heavy Metals Remediation Services in support of Army Reserve Installation Management Directorate
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is seeking contractors to provide nationwide heavy metals remediation services in support of the Army Reserve Installation Management Directorate. The primary objective of this procurement is to address lead contamination in Army Reserve facilities, ensuring compliance with federal, state, and local regulations while safeguarding human health. The scope of work includes project management, lead sampling, mitigation services, and comprehensive reporting, with a focus on adhering to stringent cleaning protocols and safety standards. Interested contractors should note that the contract is structured as a Multiple Award Task Order Contract (MATOC) with a total capacity not exceeding $245 million, and proposals must be submitted by the specified deadline. For further inquiries, contact Adrienne Manuel at adrienne.c.manuel@usace.army.mil or call 502-315-6509.
    Parts Washers Service
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors for a Parts Washers Service at the Warner Robins Air Logistics Complex and Robins Air Force Base in Georgia. The contract, which spans five years, involves servicing 45 parts washers—24 government-owned and 21 leased—while ensuring compliance with federal and state environmental regulations. This service is critical for maintaining operational efficiency and safety within the military installation, emphasizing the importance of environmental management and safety protocols. Interested contractors are encouraged to submit their capabilities documentation by March 21, 2025, to Kerri Fox at kerri.fox@us.af.mil or Teresa Duval at teresa.duval@us.af.mil, as the government seeks to assess market interest and contractor qualifications for this essential service.
    EV35, Newport, Site 8, Phase 2 Injection RA, RAOMAC
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting proposals for the environmental remediation operations and maintenance at Sites 1 and 4 of the Naval Weapons Industrial Reserve Plant in Bethpage, New York. The contract focuses on long-term maintenance, including groundwater sampling, waste management, and compliance with environmental regulations, with a project duration of 24 months starting April 1, 2025. This procurement is critical for ensuring the integrity of environmental restoration efforts and adherence to health and safety standards. Interested small businesses must submit their proposals via the PIEE system by March 11, 2025, and can direct inquiries to Georgia Scott at georgia.scott@navy.mil or by phone at 757-341-0691.
    Remedial Action Operations at Former Fort Devens, Devens, Massachusetts
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking contractors for Remedial Action Operations at the Former Fort Devens site in Massachusetts. The objective of this procurement is to engage in remediation services to address environmental concerns at the site, which is critical for ensuring public safety and environmental compliance. This opportunity is categorized under the NAICS code 562910 for Remediation Services and is set aside for 8(a) certified businesses, highlighting its importance in supporting small business participation in federal contracting. Interested parties should contact Brian Mannion at brian.t.mannion@usace.army.mil or call 978-318-8478 for further details regarding the solicitation process.
    Vapor Degreaser Cleaning
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals from qualified contractors for vapor degreaser cleaning services at Robins Air Force Base in Georgia. The contract, designated as FA857125Q0038, requires two annual cleanings of the vapor degreaser system over a five-year period, with an estimated total value of $25 million. This cleaning service is crucial for maintaining operational efficiency and compliance with environmental regulations, ensuring the safe handling of hazardous materials and adherence to safety protocols. Interested contractors, particularly Women-Owned Small Businesses, must submit their quotes by February 28, 2025, and can direct inquiries to Carmen Davis at carmen.davis.2@us.af.mil or Phillip Richardson at phillip.richardson.2@us.af.mil.
    BPA Latrine & Pumping
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for a Blanket Purchase Agreement (BPA) for Latrine and Pumping Services at F.E. Warren Air Force Base in Wyoming. The contractor will be responsible for providing portable latrines, oil/water separator, and grease trap services, ensuring compliance with local, state, and federal regulations while meeting both routine and emergency service demands. This procurement is crucial for maintaining sanitation services in support of Strategic Arms Reduction Treaty (START) inspections and emphasizes the importance of operational readiness and environmental stewardship. Interested contractors, particularly Women-Owned Small Businesses, must submit their proposals by the specified deadlines, with the contract effective from April 1, 2025, to March 31, 2030, and a total dollar limit of $411,000. For further inquiries, contact Shane Yurkus at shane.yurkus@us.af.mil or Arthur W. Makekau at arthur.makekau@us.af.mil.