Scott AFB ORC SATOC
ID: W912QR25RA017Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW072 ENDIST LOUISVILLELOUISVILLE, KY, 40202-2230, USA

NAICS

Remediation Services (562910)

PSC

ENVIRONMENTAL SYSTEMS PROTECTION- ENVIRONMENTAL REMEDIATION (F108)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Apr 2, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 11, 2025, 12:00 AM UTC
  3. 3
    Due May 2, 2025, 5:00 PM UTC
Description

The Department of Defense, specifically the U.S. Army Corps of Engineers, is soliciting proposals for a Single Award Task Order Contract (SATOC) focused on environmental remediation services at Scott Air Force Base in Illinois. The contract aims to address the remediation of contaminated soil and groundwater, particularly targeting pollutants such as PFAS, chlorinated solvents, and petroleum products, while ensuring compliance with federal and state environmental regulations. This initiative is critical for maintaining public health and safety, as well as fulfilling the Department's commitment to environmental restoration and compliance with the Comprehensive Environmental Response, Compensation, and Liability Act (CERCLA). Interested contractors should contact Kari Rogers at kari.a.rogers@usace.army.mil or call 502-315-7028 for further details, with proposals due following the specified deadlines outlined in the solicitation documents.

Point(s) of Contact
Files
Title
Posted
The Air Force Civil Engineer Center has submitted the Final Remedial Investigation Addendum for Site UK510 at Scott Air Force Base (AFB) to the Illinois Environmental Protection Agency. This addendum addresses revisions to the baseline human health risk assessment for future construction workers, specifically focusing on maximum detected concentrations of contaminants in sediment and subsurface soil. Based on revised exposure parameters reflecting a shorter exposure duration for construction workers, the updated assessment indicates no unacceptable risk of cancer or adverse health effects. Key findings show that the cumulative cancer risk for construction workers is below EPA thresholds, and background risks do not present hazardous conditions. Furthermore, the report concludes that ongoing monitoring will mitigate any potential risks from environmental discharges from industrial areas affecting the site. Overall, the findings support a proposal for no further action regarding site remediation. The document emphasizes the need for safe practices and compliance with environmental regulations while transitioning to future land use scenarios.
Apr 11, 2025, 3:13 PM UTC
The Proposed Plan for Site UK510 at Scott Air Force Base identifies "No Further Action" (NFA) as the preferred alternative, determining the site is protective of human health and the environment. This decision, developed by the USAF with the support of the Illinois Environmental Protection Agency (IEPA), follows the review of site history, including past contaminant investigations and risk assessments. The plan outlines risk assessments revealing no unacceptable risks to both human and ecological receptors from potential exposure to on-site sediments, subsurface soils, and surface waters, based on extensive sampling conducted between 2012 and 2024. The site, characterized by an extensive drainage system, has undergone multiple investigations, highlighting contaminants like metals, polychlorinated biphenyls (PCBs), and polycyclic aromatic hydrocarbons (PAHs), yet no significant ongoing risks were identified. A public comment period is set for April 28 to May 28, 2025, allowing community feedback on the NFA determination, bolstering the Air Force's commitment to transparency and public engagement under CERCLA regulations. The plan emphasizes continual monitoring and evaluation to ensure future compliance and environmental safety as adjacent industrial activities pose potential concerns for site integrity.
The 2024 Annual Monitored Natural Attenuation (MNA) Report for Site OT007 at Scott Air Force Base, Illinois, presents findings from ongoing groundwater monitoring activities. This report aims to assess the effectiveness of the selected remedy of monitored natural attenuation (MNA) combined with land use controls (LUCs) for contaminants of concern, including cis-1,2-dichloroethene (cis-1,2-DCE), vinyl chloride (VC), arsenic, iron, and manganese. The site previously housed jet fuel storage tanks and underwent remediation actions after the discovery of contaminated soil and groundwater. In June 2024, groundwater and soil sampling revealed the effectiveness of the MNA process, showing a reduction in contamination levels over time, although VC concentrations exceeded established groundwater objectives. Historical data trends indicate a decreasing trend in total metals concentrations. The report stipulates the continuation of monitoring, with recommendations for future actions and the removal of total metals analysis from sampling protocols due to stabilized contaminant levels. This document fulfills regulatory requirements under the Illinois Site Remediation Program and ensures compliance with environmental protections.
The Final 2023 Monitored Natural Attenuation Report for Site OT007 at Scott Air Force Base, Illinois, documents ongoing groundwater monitoring and remediation efforts concerning contamination from a former sludge weathering lagoon and bulk fuel facility. The U.S. Air Force Civil Engineer Center (AFCEC) submitted this report to the Illinois Environmental Protection Agency (IEPA) following the approval of a draft version. The objective is to monitor and mitigate groundwater contaminants, specifically chlorinated volatile organic compounds (CVOCs) and metals, through natural attenuation combined with land use controls. The report outlines the site’s history, geological conditions, previous investigations, and the monitoring approaches adopted, including soil and groundwater sampling results. Groundwater testing for contaminants like arsenic, iron, and vinyl chloride revealed variations in concentration over time, tracking the effectiveness of remediation efforts. Notably, chemical oxidant injections took place to support the degradation of contaminants. The investigation confirms active monitoring since 2015 showed progress in reducing CVOC levels. Overall, the comprehensive monitoring strategy aims to ensure safety and compliance with state and federal environmental regulations, guiding future remediation actions.
The 2024 Groundwater Monitoring Report for Site SA026 at Scott Air Force Base, Illinois, prepared by Plexus Scientific Corporation for the Air Force Civil Engineering Center, evaluates annual performance monitoring activities from June 17-21, 2024. The purpose is to document groundwater quality due to past coal storage activities. Key findings indicate manganese and sulfate levels exceed regulatory groundwater remediation objectives in several monitoring wells, with manganese surpassing 6,120 µg/L and sulfate exceeding 400 mg/L in specific wells. The analysis highlights a stable groundwater flow direction with minimal hydraulic gradient and emphasizes the need for continued monitoring to track remedial efforts. Despite some trends indicating stability or slight decreases in contamination levels, certain areas require further attention. The report follows strict quality assurance protocols and uses the Mann-Kendall statistical method for trend analysis, ensuring adherence to environmental standards. Recommendations for future monitoring focus on evaluating groundwater remediation progress and maintaining public health safety measures. This report aligns with governmental environmental assessment and remediation protocols, essential for compliance with federal and state regulations.
The 2023 Groundwater Monitoring Report for Site SA026 at Scott Air Force Base, prepared by Plexus Scientific Corporation, evaluates groundwater quality and performance monitoring as part of the Environmental Restoration Program. Conducted in May and June 2023, this report outlines the annual groundwater sampling activities focusing on manganese and sulfate concentrations. Historical data shows persistent exceedances of groundwater remediation objectives, necessitating ongoing monitoring as part of a comprehensive natural attenuation strategy. Significant findings indicate exceedances for manganese in several wells, with up to 13,500 µg/L detected, while sulfate levels also exceeded the 400 mg/L threshold in multiple instances. The Mann-Kendall statistical analysis assessed trends in groundwater quality, revealing stable to decreasing manganese and sulfate concentrations in most wells, suggesting effective containment of the contaminant plume. The report emphasizes the need for continued monitoring and suggests that future sampling efforts focus on evaluating progress towards meeting established groundwater quality standards to ensure environmental safety and compliance with federal guidelines.
The memorandum from the Air Force Civil Engineer Center addresses comments from the Illinois Environmental Protection Agency (IEPA) regarding the Draft Final Annual Groundwater Monitoring Report for Site SS005 at Scott Air Force Base (AFB). The Air Force explains the observed deeper well depths of several monitoring wells, attributing discrepancies to well construction diagrams and ensuring that measurements align with previous reports. It underscores that the report provides comprehensive data on field activities, groundwater elevations, and cleanup efforts related to soil and groundwater contaminants. Site SS005, associated with monitoring fuel storage and distribution impacts, has identified several contaminants exceeding remediation objectives, necessitating ongoing monitoring under established Environmental Restoration Program guidelines. The Air Force invites the IEPA to provide comments on this clarification by April 8, 2025. The document illustrates the commitment to environmental compliance and remediation efforts at military sites, reflecting federal standards and collaboration with state regulatory bodies.
The 2023 Annual Remedial Action - Operations and Groundwater Monitoring Report for Site SS014 at Scott Air Force Base, prepared by Plexus Scientific Corporation, outlines the progress and results of groundwater remediation efforts aimed at addressing chlorinated solvent contamination. The main remedial strategy combines biostimulation, monitored natural attenuation (MNA), and land use controls (LUCs) to mitigate contaminants, specifically trichloroethene (TCE), cis-1,2-dichloroethene (cDCE), and vinyl chloride (VC). In 2023, two semi-annual groundwater monitoring events were conducted in March and September. The report also describes the disposal of five drums of contaminated purge water. Results indicate a reduction in contaminant concentrations across the site, with persistent contaminated areas being identified primarily around former buildings. While historical cleanup activities have generally been effective, some source materials remain. Future recommendations include continued monitoring and potential additional amendment injections to enhance the effectiveness of the treatment. The report illustrates a commitment to environmental health and compliance with federal regulations, reflecting ongoing efforts to remediate hazardous waste in military contexts and ensuring public safety in surrounding areas.
Apr 11, 2025, 3:13 PM UTC
The AFCEC Performance Evaluation Program aims to ensure the quality and defensibility of analytical chemistry data vital for environmental restoration decisions. A Laboratory Performance Evaluation (PE) program is implemented, involving proficiency testing (PT) samples and split samples analyzed by a reference laboratory. PT samples, while customizable, may not perfectly represent site conditions, whereas split samples provide more representative data but require careful collection and homogenization. The AFCEC collaborates with contractors to identify suitable samples and manage scheduling, with an emphasis on using PT samples that reflect site-specific contaminants. Results from contract laboratories are forwarded to the AFCEC, and any unexpected findings prompt investigations and corrective actions. The program is integrated into individual project management plans and focused on high-risk sites, with a typical expectation of two PE events per year per base. This structured approach reinforces the integrity and quality of environmental assessments necessary for regulatory compliance and effective remediation efforts.
Apr 11, 2025, 3:13 PM UTC
This document outlines the labor category qualifications necessary for a federal contract involving environmental and construction management activities. Key personnel required include a Program Manager, Quality Assurance/Quality Control Manager, Project Geologist, Health and Safety Manager, Program Chemist, and Public Affairs Officer, each with specific educational and experience requirements. For example, the Program Manager must have a bachelor’s degree in a technical field and at least ten years of relevant experience, including specific experience in Department of Defense projects. The document specifies qualifications for junior, mid-level, and senior staff across various technical and administrative positions, requiring a strong educational background and relevant experience for each category. Technical labor personnel are categorized into senior, mid, and junior roles, with duties ranging from support tasks to complex project oversight. Administrative staff also play a vital role in project control and contract management. The structure emphasizes the importance of professional registration and adherence to federal regulations, ensuring qualified personnel are assigned to meet contract objectives effectively. This guidance aims to guarantee quality, safety, and compliance throughout the project lifecycle, essential for successful contract execution in a government RFP context.
The memorandum from the Assistant Secretary of Defense outlines guidance for the incineration of materials containing Per- and Polyfluoroalkyl Substances (PFAS) within the Department of Defense (DoD). It supersedes a previous prohibition on the incineration of PFAS materials, emphasizing the need for further planning before resuming such operations. The memo highlights the completion of interim guidance by the PFAS Task Force that lays out various options for destruction and disposal of PFAS materials in compliance with Section 343 of the National Defense Authorization Act (NDAA) 2022. While incineration is a noted option, DoD Components must wait at least 45 days for formal authorization before proceeding. The document delineates four primary disposal strategies: carbon reactivation units, hazardous waste landfills, solid waste landfills with specific environmental controls, and hazardous waste incinerators, all requiring appropriate permits. It underlines the importance of evaluating disposal options based on environmental safety, regulatory compliance, and oversight to protect human health. This guidance reflects the federal commitment to developing sustainable waste management practices while addressing emerging environmental concerns, especially regarding communities affected by PFAS contamination. The memo ensures that DoD adheres to both environmental regulations and public health considerations as it seeks effective solutions for PFAS disposal.
Apr 11, 2025, 3:13 PM UTC
The Contractor Progress Status Management Report (CPSMR) details the status and progress of a government contract identified by its number and task order. It outlines the reporting period, including key personnel involved, and provides a summary of the contract's completion status, financial expenditures, and milestones achieved. The report highlights the percentage of funding spent and project completion. It includes an overview of the contract's scope, modifications affecting funding or performance duration, and detailed summaries of basewide activities, site-specific activities, and the performance against established objectives. Problems encountered are documented alongside proposed solutions, corrective actions, and any outstanding issues, maintaining a continuous record of all challenges faced during the reporting periods. Overall, the CPSMR serves as a critical tool for government oversight, allowing for the tracking of progress, identification of issues, and ensuring accountability in the execution of contracted tasks. Its structured approach facilitates transparency in project management and budgetary adherence, aligning with the accountability standards required in federal and state procurement processes.
Apr 11, 2025, 3:13 PM UTC
The document outlines the requirements for electronic proposal submissions via the Procurement Integrated Enterprise Environment (PIEE) for federal solicitations, emphasizing that no paper submissions are accepted. It details the registration process for vendors to access PIEE, including creating a user ID, completing user profiles, and selecting roles. A step-by-step guide on submitting proposals electronically is provided, highlighting search functions, attachment uploads, and submission confirmations. Key points include file size limitations and naming conventions for documents, which must begin with the solicitation number followed by the firm name and a description. The document stresses the necessity for careful organization of proposal files and adherence to formatting guidelines. Additionally, proposals must be submitted by the specified deadline, as late submissions will be penalized according to federal regulations. An emphasis is placed on safeguarding sensitive information in compliance with relevant laws, and support resources are provided for users navigating the PIEE system. This guidance is crucial for ensuring competitive and compliant submission of proposals in response to federal RFPs and grants.
Apr 11, 2025, 3:13 PM UTC
The document is a comprehensive glossary of acronyms and definitions related to the environmental restoration programs overseen by the Department of Defense, particularly the Air Force. It includes various abbreviations such as CERCLA (Comprehensive Environmental Response, Compensation, and Liability Act) and RFP (Request for Proposal), alongside detailed definitions of specific terms used within environmental management and remediation contexts. Key concepts covered include the framework for managing environmental impacts, procedures for remediation, and requirements for documentation such as Decision Documents and Records of Decision. Definitions are tailored for clarity, drawing from established regulatory frameworks and guidelines set forth by agencies such as the United States Environmental Protection Agency and the New Jersey Department of Environmental Protection. The document is structured to aid federal and state agencies, contractors, and stakeholders in understanding essential terminology, thereby fostering effective communication and compliance in environmental initiatives. It serves as a vital resource for those involved in bidding processes, grants, and project management within environmental restoration fields, emphasizing the importance of adhering to defined standards and practices in environmental management.
Apr 11, 2025, 3:13 PM UTC
The document compiles various correspondence related to environmental remediation activities at Scott Air Force Base (Scott AFB), Illinois. It includes letters, reports, and technical documents between base officials and the Illinois Environmental Protection Agency (IEPA), addressing several sites impacted by past military operations. The materials discuss the completion and submission of remedial investigation reports, groundwater monitoring summaries, work plans for environmental assessments, and approvals for cleanup actions at multiple sites, including the former golf course maintenance facility (Site SS-12) and fire training areas (Sites FT-02, FT-03). The correspondence reflects ongoing efforts to manage hazardous waste and ensure compliance with environmental regulations, detailing the framework for site evaluations, remedial actions proposed, and the collaborative efforts with state environmental authorities. Overall, the document underscores the commitment of the Air Force to restore affected areas and mitigate environmental risks, while maintaining communication with regulatory entities to ensure transparency and adherence to environmental standards. The intent is to facilitate thorough cleanup and future site safety through systematic reporting and remedial planning.
Apr 11, 2025, 3:13 PM UTC
The Community Involvement Plan (CIP) establishes a framework for the Department of Defense (DoD) to engage with communities regarding environmental restoration under CERCLA mandates. It emphasizes effective communication and participation, ensuring that communities are informed and can influence decisions related to cleanup processes. Key tasks for the contractor include creating a CIP that identifies environmental justice (EJ) communities, incorporates strategies for their engagement, and assesses potential impacts from contaminants such as PFAS on local stakeholders. The CIP must provide a comprehensive description of the installation's restoration program, profile the surrounding community, and detail past community interactions and concerns. The assessment process should include methods for reaching various demographics, incorporating local culture, and identifying unique community needs for effective participation. Additionally, the CIP outlines an action plan for proactive outreach efforts and mechanisms for gathering community feedback before finalizing the plan. By focusing on community inclusion and transparency, this CIP serves as a critical tool for building trust and facilitating constructive dialogue between the DoD and affected populations. Overall, the CIP aligns with federal requirements and reflects the commitment to equitable community involvement in environmental restoration projects.
Apr 11, 2025, 3:13 PM UTC
The document outlines the procedures for submitting offers and the criteria for evaluating proposals for a Single Award Task Order Contract (SATOC) related to environmental services for the U.S. Army Corps of Engineers (USACE) at Scott Air Force Base and other USAF installations. The Government will select a contractor based on a Best Value Trade-Off process, focusing on technical/risk approach, past performance, and proposed pricing. Offerors must provide detailed proposals organized into specified volumes, including technical approaches for remediation, past performance on relevant projects, and a structured price proposal. Proposal evaluations will be conducted by a Source Selection Evaluation Board (SSEB), assessing compliance, technical arrangements, and pricing independently. Key elements include a focus on environmental remediation, specific project tasks across thirteen Installation Restoration Program sites, and stringent requirements for documenting capabilities, qualifications, and financial stability. The document emphasizes the importance of a well-structured submission that adheres to designated formats and criteria, limiting pages for specific sections to ensure clarity and consistency. Overall, it serves as a comprehensive guide for contractors seeking to provide environmental services within a federal contracting framework, emphasizing quality, compliance, and effective risk management systems.
The memorandum from the Assistant Secretary of Defense outlines interim guidance for the Department of Defense (DoD) regarding the destruction and disposal of materials containing Per- and Polyfluoroalkyl Substances (PFAS). It fulfills obligations under the FY 2022 National Defense Authorization Act (NDAA) and necessitates compliance with Environmental Protection Agency (EPA) standards, particularly prohibiting incineration until new guidelines are established. The guidance prioritizes safety and environmental health, individual military installations must transition away from PFAS-containing firefighting foams, producing significant waste needing proper disposal. The document evaluates several disposal options, preferring those with robust environmental controls like permitted hazardous waste landfills and incinerators, as well as carbon reactivation units. Additionally, the guidance addresses environmental justice by considering the impacts on vulnerable communities near disposal facilities. Ongoing assessments of PFAS destruction technologies are outlined for adaptation as new data becomes available. This framework will be updated annually in line with emerging regulations and technological advancements to ensure effective risk mitigation concerning PFAS contamination, underscoring the DoD's commitment to environmental responsibility and public health.
Apr 11, 2025, 3:13 PM UTC
The document outlines optimization strategies for site remediation activities as part of federal and state regulatory requirements. It details procedures aimed at enhancing the efficiency and effectiveness of remedial processes beyond basic compliance, focusing on reducing lifecycle costs, contaminant mass, and concentrations. Key optimization elements include site understanding, design optimization, remedial process enhancements, and monitoring improvements. Specific activities involve assessing data gaps, reviewing treatment designs, employing in-situ and ex-situ treatments, and optimizing monitoring practices to manage remedy progress comprehensively. The document emphasizes documenting any challenges or issues that could affect timelines, as well as planning for future optimization activities. Additionally, it references approved guidelines and past reports that support the optimization process. This comprehensive approach serves to improve environmental outcomes while ensuring compliance with legal standards, making it significant for government funding requests and grants.
Apr 11, 2025, 3:13 PM UTC
The Optimized Remediation Contract (ORC) Program Management Plan (PMP) Guidance serves as a detailed instruction manual for contractors working under the Air Force Civil Engineer Center (AFCEC). This document outlines the structure required for the PMP, including program management instructions, performance models, and quality guidance for document preparation. The guidance emphasizes the need for compliance with the Performance Work Statement (PWS) and includes a checklist to ensure all necessary components are addressed, such as technical approaches, risk management, and project schedules. It defines the purpose of various models used to assess performance, including setting baselines for contaminants and tracking remediation progress against performance objectives. Attachments provide tools and templates for contractors, including a suggested PMP table of contents and an example business case analysis (BCA) for a hypothetical contaminated site. The BCA evaluates remedial options, costs, and associated risks, ensuring that decisions are data-driven and justifiable. Overall, the document is a comprehensive resource to support effective project management, maximize environmental remediation efficiency, and align contractor outputs with federal regulatory standards and Air Force objectives.
Apr 11, 2025, 3:13 PM UTC
The Performance Work Statement (PWS) outlines the environmental remediation activities required under the Optimized Remediation Contract (ORC) at Scott Air Force Base, Illinois. The contract mandates a comprehensive range of activities, including site assessments, remedial investigations, and the execution of remedial actions to address thirteen Installation Restoration Program sites. The aim is to achieve defined performance objectives while optimizing life cycle costs and minimizing long-term environmental liabilities. Key aspects of the contract involve collaboration with stakeholders, timely reporting, adherence to regulatory guidelines, and continuous monitoring of site conditions. The contractor is expected to develop and implement performance models, conduct advanced site characterizations, and ensure compliance with various environmental laws throughout the contract period. Additionally, the contractor must maintain documentation, facilitate community involvement, and proactively address challenges that may impede the remediation process. Overall, this initiative demonstrates the Air Force's commitment to effective site cleanup and ecological restoration, fulfilling its obligations under the Comprehensive Environmental Response, Compensation, and Liability Act.
Apr 11, 2025, 3:13 PM UTC
The document provides comprehensive guidelines for offerors regarding technical inquiries and proposal submissions for a federal solicitation under the USACE. It details the usage of the ProjNet online platform for submitting questions related to proposal procedures or bonds. Offerors must register to access ProjNet, at which point they can submit inquiries and will receive confirmation and answers from a technical team. Offerors are advised to review the full solicitation and existing inquiries before submitting new questions. Importantly, responses from the government are not binding unless formal amendments are issued. The ability to ask questions will be restricted ten days before the proposal deadline, with no responses given within five days of the closing date. The document emphasizes the importance of following the outlined procedures for submissions and the limitations on responses to ensure compliance and clarity in the bidding process.
Apr 11, 2025, 3:13 PM UTC
The document outlines a Single Award Task Order Contract (SATOC) for environmental services at Scott Air Force Base (AFB) under the U.S. Army Corps of Engineers. This 10-year contract aims to address the remediation of contaminated soil and groundwater, focusing on diverse pollutants like PFAS, chlorinated solvents, and petroleum products. Services include environmental investigations compliant with various federal and state regulations, hazardous waste management, air and water sampling, community engagement, and long-term monitoring activities. Key points include requirements such as site-specific project plans, quality assurance protocols, and adherence to safety standards. The contractor must prepare Quality Assurance Project Plans (QAPPs) detailing procedures for sampling and analysis, alongside Accident Prevention Plans to ensure personnel and public safety. Additionally, the contractor is tasked with late compliance to guidance, reporting spill incidents, and maintaining necessary laboratory accreditations. This contract exemplifies the federal government's commitment to environmental remediation and safety, ensuring that services are performed with a high standard of compliance and accountability, ultimately fostering public health and environmental protection at federal facilities.
Apr 11, 2025, 3:13 PM UTC
The document outlines a schedule of disciplines and corresponding personnel required annually over a ten-year period for a government project involving environmental research and management. Specifically, it includes positions such as Program Manager, Project Manager, Archaeologist, Environmental Engineer, and various specialists in health physics, industrial hygiene, and ecological risk assessment. The structure of the document is straightforward, with a repetitive list of disciplines spanning from Year 1 through Year 10, indicating a sustained need for these roles throughout the project duration. This framework reflects the government’s commitment to ensure expertise in environmental management and compliance, particularly in response to Federal RFPs and grants aimed at environmental assessment and risk mitigation. The document serves as a guideline for workforce planning, emphasizing collaboration among various environmental professionals to uphold safety and regulatory standards in project execution.
The document outlines the project management plan (PMP) requirement associated with the MPS for Tinker Air Force Base, referenced under contract FA8903-09-D-8588-0003. The primary focus is on delivering a comprehensive PMP, which serves as a framework for managing the project effectively. The contract line item number (CLIN) is 0001, indicating it as the first specified requirement. The overall aim is to establish a well-structured and organized approach to project management that aligns with federal guidelines and standards. This plan will play a critical role in ensuring accountability, efficiency, and compliance throughout the lifecycle of the project. In the context of government RFPs, this document exemplifies the procedural and systematic planning that federal entities prioritize when executing projects related to infrastructure and maintenance at military installations.
Apr 11, 2025, 3:13 PM UTC
The document is a contact list associated with federal and state/local environmental requests for proposals (RFPs) and grants, featuring representatives from various environmental consulting firms. Key participants listed include professionals from Environmental Restoration, LLC; AECOM; and Arcadis, among others, including their names, companies, and contact details. The data suggests a collaborative network of environmental service providers prepared to respond to government RFPs, indicating their involvement in potential grants or contracts aimed at environmental restoration and remediation projects. The list is structured as a straightforward compilation of personnel, implying readiness to engage in federal and state initiatives focused on environmental issues. This directory supports the government's outreach and procurement efforts by cataloging available expertise in environmental services.
Apr 11, 2025, 3:13 PM UTC
The document outlines a federal Request for Proposal (RFP) related to a rated contract under the Defense Priorities and Allocations System, specifically focusing on site management services at Scott Air Force Base (Scott AFB). It provides essential details regarding the submission of sealed offers, including deadlines for submissions, requirements for the acknowledgment of amendments, and the specific information needed for attendance at a pre-bid site visit scheduled for April 2025. Key sections include an overview of the contract’s scope of work, the pricing arrangement, inspection and acceptance criteria, contract administration data, and numerous clauses from the Federal Acquisition Regulation (FAR) and the Defense Federal Acquisition Regulation Supplement (DFARS) that govern the terms of engagement. The document emphasizes the importance of compliance with the defined specifications and contract clauses to ensure legitimate bidding practices and effective execution of required services. The RFP stresses electronic submission of payment requests, contractor responsibilities regarding small business participation, and adherence to labor regulations, highlighting the government’s focus on ethical and efficient contract management. Overall, this document serves as a comprehensive guide to prospective bidders for understanding their responsibilities and requirements within this federal procurement process.
Apr 11, 2025, 3:13 PM UTC
The document outlines an amendment to a solicitation, emphasizing the extension of the offer submission deadline and the requirements for acknowledgment of receipt of this amendment. Offerors must confirm their receipt through specified methods to avoid rejection of their proposals. Modifications to existing contracts, including administrative changes and the addition of various documents, are also detailed. Key additions include reports related to groundwater monitoring and natural attenuation at Scott Air Force Base, ensuring that all terms of the original solicitation remain intact unless specified otherwise. The overall purpose centers on maintaining compliance with federal procedures while updating stakeholders on necessary changes to procurement and environmental reporting obligations associated with the project. The document serves as a procedural guide for contractors involved in the federal contracting process, ensuring proper acknowledgment and enhancement of contract documents relevant to environmental monitoring at the designated sites.
Apr 11, 2025, 3:13 PM UTC
The document provides a detailed wage determination under the Service Contract Act by the U.S. Department of Labor, outlining minimum wage rates and fringe benefits for various occupations applicable to federal contracts in specific Illinois and Missouri counties. The wage determination specifies pay rates based on the contract date and whether it was entered into or renewed after January 30, 2022, aligning with Executive Orders 14026 and 13658. A minimum hourly wage of $17.75 or $13.30 applies, depending on contract specifics. It includes a comprehensive table of occupations with their respective codes, titles, and wage rates. Additionally, it specifies requirements for fringe benefits such as health and welfare contributions, paid sick leave, vacation, and holiday pay. Contractors must comply with these provisions and may need to submit a standard form to classify any unlisted occupations before contract performance. The document serves as guidance for government RFPs and contractor compliance, ensuring fair labor practices for covered workers.
Lifecycle
Title
Type
Scott AFB ORC SATOC
Currently viewing
Solicitation
Presolicitation
Similar Opportunities
Remedial Action Operations at Former Fort Devens, Devens, Massachusetts
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for environmental services and remedial action operations at the former Fort Devens and the Sudbury Training Annex in Massachusetts. The contract, valued at $25 million, aims to address contamination issues under the Base Realignment and Closure (BRAC) Program, focusing on long-term monitoring, operations and maintenance, and remedial actions for various environmental contaminants, including per- and polyfluoroalkyl substances (PFAS). This procurement is critical for ensuring compliance with federal environmental regulations and safeguarding public health in the affected communities. Interested contractors can reach out to Brian Mannion at brian.t.mannion@usace.army.mil or Erin Bradley at ERIN.E.BRADLEY@USACE.ARMY.MIL for further details, with the contract expected to span five years from the award date.
Army PFAS Response and Sampling Tool, Seattle District (NWS), U.S. Army Corps of Engineers (USACE)
Buyer not available
The U.S. Army Corps of Engineers (USACE) is seeking information from qualified firms regarding their capabilities to provide remediation services related to Per- and Polyfluoroalkyl Substances (PFAS) in the Seattle District. The anticipated procurement will involve an Indefinite Delivery Indefinite Quantity (IDIQ) contract, with a total capacity of $85 million over a five-year period, focusing on off-post PFAS response actions, including sampling and clean drinking water solutions at multiple Army installations. This opportunity is crucial for addressing environmental concerns and ensuring public health safety in relation to PFAS contamination. Interested firms must submit their responses by 2:00 PM Pacific Daylight Time on May 5, 2025, to Russ Armstrong at russell.j.armstrong@usace.army.mil, and are encouraged to demonstrate relevant experience and capabilities in their submissions.
Grease Trap Renewal
Buyer not available
The Department of Defense, through the Department of the Air Force, is soliciting proposals for grease trap cleaning and maintenance services at Scott Air Force Base in Illinois. The contractor will be responsible for providing all necessary labor, materials, and equipment to clean and maintain grease traps, ensuring compliance with federal and state regulations, particularly in USDA food preparation areas. This service is crucial for maintaining operational efficiency and environmental standards within military facilities. Proposals are due by May 2, 2025, and interested vendors are encouraged to attend a site visit on April 24, 2025. For further inquiries, contact Tymera Washington at tymera.washington@us.af.mil or Nicholas Weiss at nicholas.weiss.5@us.af.mil.
Northwestern Division Regional $245 million Pre-placed Remedial Action Contract Indefinite Delivery / Indefinite Quantity Multiple Award Task Order Contract
Buyer not available
The Department of Defense, through the Department of the Army's W071 Endist Seattle office, is announcing a presolicitation for a $245 million Pre-placed Remedial Action Contract, which will be structured as an Indefinite Delivery/Indefinite Quantity Multiple Award Task Order Contract. This procurement aims to secure remediation services under the NAICS code 562910, focusing on environmental systems protection and environmental remediation. The contract is particularly significant for addressing environmental concerns and ensuring compliance with federal regulations. Interested parties, especially those eligible under the 8(a) set-aside program, are encouraged to reach out to Shawna West at shawna.m.west2@usace.army.mil or Curt Stepp at curt.stepp@usace.army.mil for further details, as outlined in the attached pre-solicitation notice.
Update USAG Okinawa Stormwater Pollution Prevention Plan
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking proposals from qualified contractors to update the Stormwater Pollution Prevention Plan (SWPPP) for the United States Army Garrison (USAG) Okinawa, Japan. The contractor will be responsible for providing all necessary labor, tools, and equipment to ensure compliance with environmental regulations and standards, including conducting site surveys and stakeholder interviews. This initiative is crucial for maintaining environmental stewardship and regulatory adherence at military installations, with the contract period set from June 1, 2025, to May 31, 2026. Interested parties, particularly Women-Owned Small Businesses, must submit their proposals by May 9, 2025, and direct any inquiries to Ms. Norie Moromizato at norie.moromizato.2.jp@us.af.mil.
PKA Mold Abatement and Remediation 1351
Buyer not available
The Department of Defense, through the Department of the Air Force, is seeking qualified contractors for mold abatement and remediation services at Building 1351, Travis Air Force Base, California. The objective is to provide comprehensive mold remediation in compliance with the specifications outlined in the Statement of Work, which includes tasks such as demolition and disposal of contaminated materials, isolation of work areas, and thorough cleaning with anti-microbial solutions. This procurement is crucial for maintaining safe environments in military facilities while adhering to environmental and safety regulations. Interested small businesses must submit their proposals by May 12, 2025, following a site visit on April 29, 2025, and can direct inquiries to Rachel Conshue at rachel.conshue.1@us.af.mil or by phone at 707-424-7771.
USACE Forest Services MATOC
Buyer not available
The U.S. Army Corps of Engineers (USACE) is seeking qualified contractors for a Multiple Award Task Order Contract (MATOC) focused on forest management services, specifically vegetative maintenance projects across Illinois, Wisconsin, Iowa, and Missouri. The procurement aims to assist USACE with various forestry tasks, including planting, herbicide application, and invasive species management, to enhance ecological conditions and promote sustainable land use practices. This initiative is critical for effective natural resource management and aligns with broader governmental goals of environmental preservation. Interested parties must submit their proposals by May 26, 2025, with a maximum contract value of $9.5 million over a five-year performance period. For further inquiries, contact Bradley Grothus at bradley.j.grothus@usace.army.mil or Jeffrey R. Voss at Jeffrey.R.Voss@usace.army.mil.
Fort Detrick Groundwater and Gas Monitoring
Buyer not available
The Department of Defense, through the Army's Mission and Installation Contracting Command at Fort Belvoir, is conducting a Sources Sought Notice for Groundwater and Gas Monitoring and Topographic Surveying Services at the Fort Detrick Sanitary Landfill in Maryland. The procurement aims to identify capable contractors who can provide comprehensive monitoring services, including semi-annual groundwater analysis, quarterly gas monitoring, and annual topographic surveys, while adhering to environmental regulations set by the Maryland Department of the Environment and the EPA. This initiative underscores the federal government's commitment to environmental monitoring and public health, ensuring compliance with regulations concerning landfill operations and hazardous waste disposal. Interested firms are encouraged to submit their capabilities and relevant experiences by May 8, 2025, to the primary contact, Safiyyah Vasquez, at safiyyah.i.vasquez.civ@army.mil, or by phone at 240-346-4120.
San Antonio HW Removal and Disposal
Buyer not available
The Department of Defense, through the Defense Logistics Agency, is soliciting proposals for the removal, transportation, and disposal of hazardous waste from military installations in the San Antonio area. The contract encompasses a range of hazardous materials, including RCRA hazardous wastes, non-RCRA wastes, PCBs, and PFAS, with a focus on compliance with environmental regulations and safety protocols. This procurement is critical for maintaining environmental standards and ensuring safe waste management practices within military operations. Proposals are due by April 30, 2025, and interested parties should direct inquiries to Ronald Hobbs at Ronald.Hobbs@dla.mil or Erik Rundquist at erik.rundquist@dla.mil.
Asbestos, Mold, Lead Paint Testing BPA
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting quotations for a Blanket Purchase Agreement (BPA) focused on asbestos, mold, and lead paint testing services at Shaw Air Force Base in South Carolina. This procurement aims to engage small disadvantaged businesses to provide comprehensive environmental assessments and monitoring services, ensuring compliance with health and safety regulations. The testing services are critical for maintaining environmental safety standards and supporting the operational needs of the Air Force. Interested contractors must submit their quotes by April 30, 2025, with questions due by April 18, 2025, and can contact Shauna Larson at shauna.larson.1@us.af.mil or Phillip Green at phillip.green.11@us.af.mil for further information.