99 CES Fuel Spill Cleanup
ID: F3G3CE5147A002Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4861 99 CONS LGCNELLIS AFB, NV, 89191-7063, USA

NAICS

Remediation Services (562910)

PSC

ENVIRONMENTAL SYSTEMS PROTECTION- ENVIRONMENTAL REMEDIATION (F108)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, through the Department of the Air Force, is soliciting proposals for the 99 CES Fuel Spill Cleanup project at Nellis Air Force Base in Nevada. This procurement involves the cleanup and disposal of hazardous waste, specifically the removal of fuel-contaminated asphalt and soil, including 190 tons of previously excavated contaminated soil, in compliance with environmental regulations. The project is critical for achieving "Clean Closure" of the spill site and ensuring environmental safety, with a total performance period of 60 days. Interested small businesses must submit their proposals electronically by August 6, 2025, at 1:00 PM PDT, and can direct inquiries to Samuel Toledo or Tiffany Jones via their provided email addresses.

    Point(s) of Contact
    Files
    Title
    Posted
    This Performance Work Statement outlines the requirements for fuel spill remediation at Nellis AFB, specifically for the 99 CES. The contractor will remove fuel-contaminated asphalt and soil, dispose of 190 tons of previously excavated contaminated soil, and conduct soil testing to ensure compliance with Nevada Department of Environmental Protection (NDEP) action levels (100 mg/kg for TPH) and other federal, state, and local regulations, including EPA and NDEP guidelines (NAC 444, 445A, 445B). The contractor is responsible for providing all necessary labor, materials, tools, equipment, transportation, and supervision, but will not replace the removed soil and asphalt. Work hours are Monday through Friday, 6:30 a.m. to 3:30 p.m., with strict security and vehicle regulations. The contractor must provide photo identification for all employees, register vehicles, and maintain professional conduct. Quality control is essential, and government remedies for non-compliance are detailed in FAR 52.212-4.
    The provided government file describes a specific remediation task involving the replacement of asphalt patches in a spill area. The affected area measures approximately 150 feet by 4 feet, and the work is designated as Asphalt Concrete Pavement (ACP). The file also notes that a B-52 aircraft was parked in the vicinity from May 19th to June 10th, providing a potential timeframe or context for the spill and subsequent repair. This information is likely part of a Request for Proposal (RFP) or a work order for infrastructure maintenance at a federal facility, indicating a need for contractors to address specific environmental or structural repairs related to operational activities.
    The 99 CES Fuel Spill Cleanup project is a new, one-time service requirement focused on achieving "Clean Closure" of a fuel spill. Key aspects include the provision of Total Petroleum Hydrocarbon (TPH) and Volatile Organic Compound (VOC) data for excavated materials, a 4-inch asphalt slab thickness, and the 99 Civil Engineering Squadron's responsibility for backfill and pavement. Approximately 150’ x 4’ of material needs removal, with an anticipated volume of 250-300 tons, and a price per ton for excess material. The project emphasizes additional excavation to achieve unrestricted closure if TPH concentrations exceed 100 mg/kg. The contractor is responsible for obtaining an AF Form 103 (Dig Permit) and entering work requests into NexGEN, but not for grading or compacting the excavation area. The DAF will provide escorts, and all site personnel require a contractor base pass and airfield driver training. Work-time restrictions and equipment height limitations due to flightline proximity will be discussed, and the project manager must complete a Temporary Airfield Construction Waiver (TACW) and Risk Assessment.
    The Performance Work Statement for Nellis Air Force Base (AFB) outlines the required services for fuel spill remediation. The contractor is tasked with removing fuel-contaminated asphalt and soil from specified areas to a depth of six feet, adhering to the Nevada and federal environmental regulations. Contaminated materials must be transported to approved disposal sites, with the contractor responsible for labor, materials, and compliance documentation. Soil testing must confirm that pollutant concentrations meet regulatory standards, with additional analysis required for certain contamination levels. Contractors are also subject to strict security protocols while working on the base, including identification checks and vehicle registrations. The quality of work must align with industry standards, and contractors are liable for any damages caused during the remediation process. This document serves as a framework for competitive bids and outlines the necessary standards and compliance expected in the cleanup of hazardous materials at Nellis AFB to ensure environmental safety and regulatory adherence.
    The Performance Work Statement outlines the requirements for a contractor to perform fuel spill remediation at Nellis AFB. The contractor is tasked with removing fuel-contaminated asphalt and soil, with specific dimensions and depth, ensuring compliance with soil action levels as per NAC 445A.2272. Contaminated materials must be properly handled, segregated, and transported to approved facilities. Testing of the removed soil is mandatory, employing certified methods to confirm that pollutant concentrations are below regulatory standards. The contractor must also utilize a Nevada Certified Environmental Manager for oversight and adhere to all relevant federal and state environmental regulations. Operationally, contractors are required to maintain standard working hours, provide identification for personnel, and coordinate access with base management. Quality control practices and compliance documentation are emphasized, ensuring the contractor's accountability for the quality of work. The scope does not include replacing the asphalt and soil, as that responsibility lies with the Civil Engineering Squadron. Security measures, vehicle regulations, and the obligation to repair any damage caused during the work are also specified. Overall, this document serves as a framework for environmental cleanup and safety compliance at a military installation, aligning with broader governmental regulations on hazardous waste management.
    The Performance Work Statement (PWS) for Nellis AFB outlines the contractor's responsibility to remediate fuel spills by cleaning up hazardous waste. The project involves removing contaminated asphalt and soil while adhering to regulatory standards set by the EPA and NDEP. The contractor must excavate contaminated soil to a depth of six feet, perform soil sampling to ensure compliance, and handle all materials in accordance with applicable regulations. Additionally, contractors must maintain professional conduct and comply with on-base security measures, including obtaining necessary identification and vehicle registrations. Quality control and coordination with the Civil Engineering section are emphasized, with an expectation for comprehensive documentation throughout the process. The PWS specifies that the contractor bears the responsibility for any damages incurred during operations, ensuring that all adjacent surfaces and environments are protected or restored. Overall, this document serves as a detailed guideline for managing fuel spill remediation at Nellis AFB, illustrating the government's commitment to environmental safety and regulatory compliance in federal projects.
    The document outlines a project plan for addressing a specific spill area, focusing on the replacement of asphalt patches measuring approximately 150 feet by 4 feet. The context indicates that this action is likely a part of maintenance or remediation efforts following the parking of a B-52 aircraft at the site from May 19 to June 10. The document indicates the necessity of repairing and maintaining the integrity of the asphalt in the affected spill area, which suggests a proactive approach to environmental management. The brief nature of the text indicates a straightforward specification for a potential Request for Proposal (RFP) predicated on ensuring environmental safety and compliance following military operations. The primary focus here is on creating safe operational conditions post-incident.
    The document pertains to a request for proposals (RFP) related to a fuel spill cleanup project overseen by the 99 Civil Engineering Squadron. It addresses various contractor inquiries from a site visit held on July 25, 2025. Key topics include soil sampling requirements, stockpiling, excavation procedures, and necessary safety measures, such as dust suppression and safe digging techniques around fuel lines. Specific details include the need for Nevada-certified laboratories to analyze soil samples, guidelines for soil stockpiling, and responsibilities related to site safety and utilities. The project aims to ensure “Clean Closure” as per regional environmental standards, necessitating thorough contamination assessments and possible change orders for additional excavation if contamination levels exceed action thresholds. Moreover, the document outlines the requirements for contractor coordination with local engineering management, including obtaining necessary permits and ensuring site compliance with civil engineering regulations. Additionally, it emphasizes the importance of adhering to safety protocols on airfields due to potential flight operations. The overarching goal is to conduct the cleanup efficiently while satisfying environmental and safety standards stipulated by the state and federal guidelines.
    The document pertains to a Request for Proposal (RFP) regarding a one-time fuel spill cleanup project initiated by the 99th Civil Engineering Squadron (CES). The aim is to achieve a "Clean Closure" in compliance with Nevada Division of Environmental Protection (NDEP) standards. Key details include the necessity for analysis of Total Petroleum Hydrocarbon (TPH) and Volatile Organic Compounds (VOC) prior to disposal, with analytical data provided by the government. The excavation area is specified, requiring the removal of soil within designated boundaries and potentially exceeding 300 tons depending on contamination levels. The contractor is responsible for coordinating utility clearance and filing necessary permits, including dust and NOTAM requirements, with the 99 CES facilitating essential support such as site escorts and driver training. Work may be limited by proximity to munitions and specific equipment height restrictions. Overall, the document outlines the expectations and responsibilities for contractors involved in the cleanup project, underscoring regulatory compliance and operational safety standards.
    This document is a combined synopsis/solicitation (RFP F3G3CE5147A002) for a Firm Fixed Price contract under a Total Small Business set-aside, NAICS code 562910 (Remediation Services). The project requires a contractor to provide all labor, materials, and supervision for the cleanup and disposal of hazardous waste, including fuel-contaminated asphalt and soil, at Nellis AFB, NV. This includes 150’ X 4’ of asphalt patches, a 25’ X 20’ area of soil to a depth of 6’, and 190 tons of pre-excavated contaminated soil. The period of performance is 60 days. A site visit is scheduled for July 25, 2025, with an RSVP deadline of July 23, 2025. Questions are due by July 17, 2025 (general) and July 29, 2025 (site visit-related). Offers are due by August 6, 2025, at 1:00 PM PDT, and must be submitted electronically. Proposals will be evaluated based on Price and Technical factors, with the award going to the lowest-priced, technically acceptable offer. Contractors must be registered in SAM.gov and include a price and technical proposal outlining their approach in accordance with the Performance Work Statement (PWS), which is provided as Attachment 1.
    The document outlines a Request for Proposal (RFP) for hazardous waste cleanup services at Nellis Air Force Base, specifically focusing on the evacuation and disposal of contaminated soil and materials. This solicitation, numbered F3G3CE5147A002, follows the Federal Acquisition Regulation (FAR) guidelines and is designated as a Total Small Business set-aside under the NAICS code 562910 for Remediation Services, with a small business size standard of $25 million. The contractor is tasked with removing fuel-contaminated asphalt and soil that exceed regulatory action levels, ensuring proper containment and transportation to an approved disposal site. The contract period is set for 60 days post-award, with a site visit scheduled for July 25, 2025, and proposals due by August 4, 2025. Evaluation will be based on price and technical merit, seeking the lowest priced technically acceptable offer. Bidders must provide comprehensive proposals, including pricing, technical execution plans, and necessary certifications. The document emphasizes the importance of understanding the Performance Work Statement to avoid being deemed non-responsive. Overall, this RFP signifies the federal government’s commitment to environmental remediation and regulatory compliance through competitive bidding for specialized services.
    The solicitation F3G3CE5147A002 is a combined synopsis/solicitation issued by the government for hazardous waste remediation services at Nellis Air Force Base, NV. This Request for Proposal (RFP) is a Total Small Business set-aside under NAICS code 562910 with a small business size standard of $25 million. The project requires the contractor to clean up contaminated soil and asphalt, involving the containment and disposal of hazardous materials, particularly fuel-contaminated soil exceeding specified action levels. The period of performance is 60 days, and a site visit is scheduled for July 25, 2025, with prior registration required. Proposals must include detailed pricing and technical plans, with a focus on meeting the Performance Work Statement (PWS) specifications. Evaluation will be based on price and technical merit, assessing whether the offer meets the requirements effectively. Offers are due electronically by August 4, 2025, and must comply with registration in the System for Award Management (SAM). Consideration for contract award will focus on the lowest priced technically acceptable offers. The document underscores a commitment to environmental safety and regulatory compliance in hazardous waste management efforts.
    The document is a combined synopsis and Request for Proposal (RFP) for cleaning up hazardous waste at Nellis Air Force Base (AFB) in Nevada, specifically involving contaminated soil and asphalt. The solicitation number F3G3CE5147A002 is issued as a Total Small Business set-aside under NAICS code 562910 for Remediation Services, with a small business size standard of $25 million. The contractor must provide manpower, materials, and equipment to safely evacuate contaminated soil, which includes addressing fuel contamination exceeding regulatory limits. The performance will be conducted over 60 days at Nellis AFB. A site visit is scheduled for July 25, 2025, and attendance is restricted to two representatives from each company, requiring advance registration. Proposals are due by August 6, 2025, and must include technical and price proposals as well as comply with specific federal regulations. The selection criteria will emphasize the lowest priced technically acceptable offer, focusing on the offeror’s understanding of the project requirements. The document outlines essential terms, conditions, and deadlines for submissions, while ensuring compliance with government regulations and performance standards related to hazardous waste management.
    This document is a combined synopsis and solicitation for a Request for Proposal (RFP) number F3G3CE5147A002, targeting a Total Small Business set-aside for contaminated soil evacuation and disposal services at Nellis Air Force Base, NV. The contractor will be responsible for cleaning up hazardous waste, specifically removing fuel-contaminated asphalt and soil in specified dimensions. Proposals must adhere to the Performance Work Statement (PWS) and provide detailed pricing and technical descriptions. The evaluation will be based on price and technical acceptability, with contracts awarded to the offer achieving the best value for the government. All submissions must be made electronically by July 25, 2025, with specific registration and qualification requirements, including being listed in the System for Award Management (SAM). The document emphasizes compliance with federal regulations and proper procedures for contract proposals in the government contracting realm.
    The 99th Contracting Squadron (99 CONS) has issued a Sources Sought Notice / Request for Information (RFI) to conduct market research for services related to fuel spill cleanup, as outlined in the draft Performance Work Statement (PWS) included in the notice. The RFI seeks responses from potential vendors, requesting key firm information such as name, address, and business classification (large/small), along with specific details on response times to quotes and transition periods following contract award. Vendors are encouraged to provide feedback on the draft PWS to enhance the procurement process. Responses should be submitted electronically with specific subject line requirements to avoid issues with email filtering. This notice serves only for planning purposes and does not commit the government to any contract or funding, while also stating that the costs for proposal preparations will not be compensated. Questions regarding the RFI can be directed to the Contract Specialist via the provided email.
    Lifecycle
    Title
    Type
    99 CES Fuel Spill Cleanup
    Currently viewing
    Combined Synopsis/Solicitation
    Similar Opportunities
    BIODEGRADABLE ASPHALT CLEANER
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking proposals for a biodegradable asphalt cleaner, identified by the brand name PAVERSOL and part number KLPS-275. This procurement aims to acquire a unique blend of environmentally friendly components designed for effective asphalt cleanup, compliant with stringent regulatory requirements, and free from harmful chemicals. The product is essential for maintaining operational efficiency while adhering to environmental standards at the McAlester Army Ammunition Plant in McAlester, Oklahoma. Interested vendors, particularly small businesses, should contact Gregory Clifton at gregory.l.clifton2.civ@army.mil or call 918-420-7368 for further details and to discuss potential substitutions, which must be pre-approved by the relevant authorities.
    Avion-50 Rubber Removal Chemical
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking quotes for the procurement of 14 Avion 50 Nexgen rubber removal chemical totes, each with a capacity of 275 gallons, to be delivered to Altus Air Force Base in Oklahoma. The primary objective is to acquire these chemicals by December 19, 2025, with an alternate delivery date of December 31, 2025, and the procurement is set aside exclusively for small businesses under the SBA guidelines. The rubber removal chemical is crucial for maintaining airfield operations and ensuring safety standards. Interested vendors must submit their quotes electronically by December 8, 2025, and are required to be registered in the System for Award Management (SAM) prior to submission. For further inquiries, potential offerors can contact 2nd Lt Jacob Funderburg at jacob.funderburg.1@us.af.mil or TSgt Kevin Pillow at kevin.pillow@us.af.mil.
    FY26 Airfield Striping & Rubber Removal
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the FY26 Airfield Striping & Rubber Removal project at Dover Air Force Base in Delaware. This procurement is a 100% Small Business set-aside, requiring contractors to provide all necessary labor, materials, equipment, and tools for the project, which has a magnitude between $250,000 and $500,000. The contract will be a Firm Fixed Price (FFP) type, with a performance period of 365 calendar days from the notice to proceed, and proposals are due by 1:00 PM EST on January 9, 2026. Interested parties should direct inquiries to SSgt Mariah Thompson at mariah.thompson@us.af.mil or Mr. Dimas Bernacchia at dimas.bernacchia.2@us.af.mil, and proposals must remain valid through March 31, 2026.
    Fort Irwin Tank Transfer
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking qualified contractors for the Fort Irwin Tank Transfer project, which involves essential repairs to fueling systems at three sites within Fort Irwin, California. The project includes repairing the Bulk Storage Facility, upgrading the Bicycle Lake Army Airfield fueling system, and enhancing the Retail Fueling Facility, with tasks such as installing secondary containment liners, constructing new storage tanks, and upgrading Automatic Tank Gauge panels. These repairs are critical for maintaining the operational readiness of fuel storage and distribution systems that support military operations. Interested small businesses are encouraged to contact Samuel Obrist at samuel.v.obrist@usace.army.mil or Minhthu Vu at minhthu.t.vu@usace.army.mil for further details, as this opportunity is set aside for total small business participation under NAICS code 237120.
    Offutt Tank Inspection
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking proposals from qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSB) for tank inspection services at Offutt Air Force Base, Nebraska. The procurement involves conducting API Modified Inspections on four Jet A fuel tanks, including tasks such as fuel removal, tank cleaning, and the development of strapping charts, all adhering to federal and state regulations. This contract is crucial for maintaining the integrity and safety of fuel storage facilities, ensuring compliance with environmental and safety standards. Proposals are due by December 16, 2025, at 2:00 PM CST, and interested parties should contact Samuel Obrist at samuel.v.obrist@usace.army.mil or Brent Bertrand at Brent.D.Bertrand@usace.army.mil for further information.
    Western Regional HW Incineration
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Disposition Services, is soliciting proposals for the Western Regional Hazardous Waste Incineration contract, which involves the removal, transportation, and disposal of various hazardous and non-hazardous wastes from military installations across the Western United States. The selected contractor will manage a range of waste types, including Resource Conservation and Recovery Act (RCRA) hazardous wastes, PCBs, and PFAS, ensuring compliance with regulatory requirements and proper handling procedures. This contract is crucial for maintaining environmental safety and compliance at military sites, with a base period of 30 months anticipated to begin in March 2026, followed by an option period of the same length. Proposals are due by 1500 EST on December 29, 2025, and interested parties should direct inquiries to Timothy Hassett at Timothy.Hassett@dla.mil or Erik Rundquist at erik.rundquist@dla.mil.
    Pre-Solicitation Notice ? Formally Utilized Sites Remedial Action Program (FUSRAP) Shallow Land Disposal Area (SLDA) Remediation Project
    Buyer not available
    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 Hazardous Waste Removal Alaska
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency, is seeking qualified contractors for a Sources Sought notice regarding hazardous waste removal services in Alaska. The procurement aims to identify businesses capable of handling the removal, transportation, and disposal of various hazardous waste types, including RCRA hazardous wastes, non-RCRA wastes, and other regulated materials from military installations and surrounding areas within a 50-mile radius. This initiative is crucial for ensuring compliance with environmental regulations and promoting safe waste management practices in military operations. Interested firms must submit a capabilities statement by 5:00 p.m. EST on January 2, 2025, to Michael Mamaty at Michael.Mamaty@dla.mil, with a copy to hazardouscontractswest@dla.mil, including “SOURCES SOUGHT Alaska” in the subject line.
    USAFADS Smoke Oil
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking quotes for the procurement of smoke oil for the United States Air Force Air Demonstration Squadron (USAFADS), also known as the Thunderbirds. The requirement includes 460 55-gallon drums of brand-name smoke oil, which must adhere to specific technical standards to prevent aircraft contamination, with delivery locations including Truth or Consequences, NM, Edwards AFB, CA, and Nellis AFB, NV. This procurement is critical for supporting training and airshow operations for the F-16 C/D model aircraft, with quotes due by December 8, 2025, and all interested vendors must be registered in the System for Award Management (SAM) prior to contract award. For further inquiries, vendors can contact SrA Carlos Burnes at carlos.burnes@us.af.mil.
    Demo B6142
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the complete demolition of Building 6142 at Dyess Air Force Base in Texas. The project entails the removal of the entire structure, including concrete slabs and foundations to a depth of three feet below grade, along with all associated interior and exterior components, while adhering to strict safety and environmental regulations. This demolition is critical for site preparation and future development, ensuring compliance with federal, state, and local guidelines, including the management of hazardous materials such as asbestos and lead. Interested contractors must submit their proposals by December 12, 2025, following an optional site visit on December 5, 2025, and can direct inquiries to Marshal Khinno at marshal.khinno@us.af.mil or SrA John G. Craig at john.craig.16@us.af.mil.