MISSISSIPPI GROUP OPTIMIZED REMEDIATION CONTRACT SERVICES AT COLUMBUS AIR FORCE BASE, MS and KEESLER AIR FORCE BASE, MS: Request For Information (RFI) / Sources Sought for Market Research Purposes Only.
ID: FA8903R26TBDType: Sources Sought
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)
Timeline
    Description

    The Department of Defense, specifically the Department of the Air Force, is seeking sources for environmental remediation services at Columbus Air Force Base and Keesler Air Force Base in Mississippi through a Request for Information (RFI) / Sources Sought notice. The procurement aims to identify capable small or large businesses that can fulfill the requirements outlined in the draft Performance Work Statement (PWS), which includes site investigations, remedial actions, and the operation and maintenance of remedial systems across sixteen Installation Restoration Program sites. This initiative is part of the Air Force's Optimized Remediation Contract (ORC) program, which emphasizes cost-effective and efficient environmental restoration efforts. Interested parties must submit their capabilities statements and any questions by April 15, 2025, to the designated contacts, Nathan Fry and Chris Finkenstadt, via the provided email addresses.

    Point(s) of Contact
    Files
    Title
    Posted
    The document consists of a comprehensive list of installation files for Columbus Air Force Base (AFB) in Mississippi, spanning a wide range of document dates from 1985 to 2012. Each entry includes an installation name, an identification number, a corresponding file number, and the document's date. Notably, the files detail records that likely pertain to environmental assessments and compliance measures, particularly around hazardous waste management, as suggested by the variety of identification numbers that correspond with regulatory requirements. The key focus of the document is to maintain extensive records related to environmental and safety regulations at Columbus AFB. Much of this documentation is presumably designed to meet federal and state regulations necessary for maintaining military installations and ensuring the safety of operations. This extensive catalog serves as an essential resource for environmental regulators, contractors, and other stakeholders who may be involved in environmental management, compliance audits, and operational assessments related to congressional RFPs and grants. Overall, it illustrates the systematic approach taken by government entities in documenting and managing environmental safety protocols at military installations.
    The draft Performance Work Statement (PWS) outlines the environmental remediation activities required at Columbus Air Force Base and Keesler Air Force Base in Mississippi, under the Optimized Remediation Contract (ORC). The scope includes site investigations, remedial actions, operation, and maintenance of remedial systems across sixteen Installation Restoration Program sites. The contractor will be responsible for achieving specific Performance Objectives (POs) while adhering to federal, state, and local regulations, including CERCLA and RCRA. Key activities encompass site assessments, remedial investigations, public engagement, and community involvement plans. The contractor must provide management plans and a comprehensive integrated master schedule detailing timelines and deliverables. It is imperative to optimize remedial actions to reduce lifecycle costs and remediate sites efficiently. Meeting performance standards, including timely reporting and documentation, is crucial for continued government compliance. Additionally, the contractor will conduct advanced site characterization to enhance understanding and management of contaminants, ensuring ongoing compliance with environmental standards. The PWS emphasizes cost-effective, results-oriented remediation, adapting approaches as necessary to achieve site-specific objectives and overseeing community involvement throughout the remediation process.
    The document details a comprehensive listing of installation files for Keesler Air Force Base (AFB) in Mississippi, encompassing a wide timeline of entries from 1984 to 2013. Each entry includes an identification number, a numerical code, an installation name, and the corresponding document date. The listing captures a diverse array of files related to proposals and regulatory compliance, possibly linked to government requests for proposals (RFPs) and grants at the federal and local levels. The structured format allows for easy reference to the document’s key points, relegating less pertinent details. This organization suggests that the Keesler AFB is actively maintaining compliance and keeping meticulous records necessary for government operations, reflecting an ongoing commitment to transparency and procedural adherence in its administration. The file appears crucial for ensuring effective management of the base's resources and engagements with various funding mechanisms.
    The document outlines a "Sources Sought and Draft-PWS Q&A" aimed at identifying interest and capabilities for optimized remediation services at Columbus AFB and Kessler AFB in Mississippi. It requests interested parties to provide a statement of interest along with any relevant questions or comments regarding the draft Performance Work Statement (PWS). The structure includes specific references to sections within the PWS and associated installation files, ensuring respondents address queries accurately depending on whether they pertain to the PWS or specific installation documentation. This approach facilitates focused feedback and helps in refining the requirements for the forthcoming Request for Proposals (RFP). Overall, the document serves as a preliminary engagement tool to gauge vendor interest and capabilities in environmental remediation services, integral for future projects at the identified Air Force bases.
    Similar Opportunities
    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.
    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.
    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.
    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.
    Remedial Action at Roebling Steel Superfund Site
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for remedial action at the Roebling Steel Superfund Site, focusing on Operable Units 4 and 5. The objective of this procurement is to engage qualified contractors to perform environmental remediation services, which are critical for addressing contamination and restoring the site to a safe condition. This opportunity is set aside for small businesses under the SBA guidelines, emphasizing the importance of involving smaller firms in federal contracting. Interested parties should contact Heather Scott at heather.a.scott@usace.army.mil for further details, as the solicitation process is currently open.
    Pre-Solicitation Notice ? Formally Utilized Sites Remedial Action Program (FUSRAP) Shallow Land Disposal Area (SLDA) Remediation Project
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army through the W072 Endist Buffalo office, is preparing to solicit bids for the Formally Utilized Sites Remedial Action Program (FUSRAP) Shallow Land Disposal Area (SLDA) Remediation Project. This project aims to address environmental remediation needs at the SLDA, which is critical for ensuring the safety and protection of the surrounding ecosystem. The procurement falls under the NAICS code 562910 for Remediation Services and the PSC code F108 for Environmental Systems Protection, highlighting its focus on environmental remediation efforts. Interested contractors can reach out to Jenna Grainer at jenna.n.grainer@usace.army.mil or call 716-954-1841 for further details as they prepare for the upcoming solicitation.
    Sources Sought: Bat Guano Remediation
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors for a bat guano remediation project at Ellsworth Air Force Base in South Dakota. The project involves the removal of bat guano from the attics of dormitory areas, disinfection of affected spaces, and replacement of insulation to ensure a safe environment. This initiative is critical for maintaining health and safety standards within the facilities, and contractors must adhere to building and fire codes while completing the work within 45 days of contract award. Interested businesses are encouraged to submit their capabilities and relevant experience by December 17, 2025, to the designated contacts, SrA Vaishali Upadhyay and Jason Wright, via email.
    Facilities Acquisitions for Restoration and Modernization (FARM) III
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking industry feedback through a Request for Information (RFI) for the Facilities Acquisitions for Restoration and Modernization (FARM) III program. The primary objective of this RFI is to gather insights on the government's acquisition strategy, particularly regarding the Highest Technically Rated Offeror (HTRO) source selection evaluation approach, and to discuss Joint Certification Program (JCP) certification requirements. This initiative is crucial for ensuring that the selected contractors possess the necessary technical capabilities and past performance to support Department of Defense installations effectively. Interested parties must submit their responses by 11:00 AM CST on December 19, 2025, via email to Robert Mosley and Andrew Waggoner, with proprietary information clearly marked.
    FOUNTAIN CITY SERVICE BASE MATERIAL TRUCKING
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting bids for the Fountain City Service Base Material Trucking project, which involves the removal of contaminated soil from a designated site in Fountain City, Wisconsin. The scope of work includes the excavation of contaminated soil, transportation to a specified location, and subsequent testing of the site for further contamination. This project is critical for environmental remediation and is set aside exclusively for small business concerns, with an anticipated contract value ranging from $500,000 to $1,000,000. Interested parties can reach out to Theodore Hecht at the provided email or phone number for further details.
    Cross Connection Survey
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to conduct a Cross Connection Survey and Backflow Prevention Program at Offutt Air Force Base (AFB) in Nebraska. The contractor will be responsible for performing a comprehensive survey of all water-using facilities, identifying potential cross-connections, and evaluating existing protections in compliance with federal, state, and local regulations. This project is critical for ensuring water safety and compliance, and it requires the contractor to develop a work plan, health and safety plan, and compile findings into a consolidated database with prioritized recommendations and cost estimates for program improvement. Interested parties should contact Daniel Kuchar at daniel.kuchar@us.af.mil or Guillermo Espinoza at guillermo.espinoza@us.af.mil for further details, and responses must be submitted via email to demonstrate capability and interest in the requirement.