Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 27, 2025 SAM #8522
SOURCES SOUGHT

F -- 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.

Notice Date
3/25/2025 9:49:20 AM
 
Notice Type
Sources Sought
 
NAICS
562910 — Remediation Services
 
Contracting Office
FA8903 772 ESS PK JBSA LACKLAND TX 78236-9861 USA
 
ZIP Code
78236-9861
 
Solicitation Number
FA8903R26TBD
 
Response Due
4/8/2025 12:00:00 PM
 
Archive Date
04/23/2025
 
Point of Contact
Nathan Fry, Phone: 2103958776, Chris Finkenstadt
 
E-Mail Address
nathan.fry.7@us.af.mil, john.finkenstadt.1@us.af.mil
(nathan.fry.7@us.af.mil, john.finkenstadt.1@us.af.mil)
 
Description
Notice Type: Request For Information (RFI) / Sources Sought for Market Research Purposes Only. Synopsis: The purpose of this RFI/sources sought notice is to determine if responsible small or large business sources exist capable of fulfilling the needs identified in this effort for environmental remediation services, for market research purposes only. The proposed North American Industry Classification System (NAICS) Code is 562910-Environmental Remediation Services with a corresponding NAICS Size Standard of 1,000 employees. The Government will use this information to determine the best acquisition strategy for this procurement. The Government is interested in all small businesses to include 8(a) Program, Service-Disabled Veteran-Owned Small Business (SDVOB) Procurement Program, HUBZone Program, and Women-Owned Small Business (WOSB) Program concerns IAW FAR 19.203. The Air Force is issuing this Sources Sought notice to find potential sources to provide Environmental Remediation Services at Columbus Air Force Base (AFB) and Keesler AFB, Mississippi (MS). The attached draft Performance Work Statement (PWS) defines the scope of environmental services necessary to conduct site restoration under the Optimized Remediation Contract (ORC). The range of activities includes investigation, design, construction of remedial systems, operation and maintenance of established remedies, optimization at applicable sites, and achievement of site-specific objectives. The Contractor shall undertake Environmental Remediation activities to achieve Performance Objectives (POs) at sixteen (16) Installation Restoration Program (IRP) sites. The period of performance will be ten (10) years after award. Between 2010 and 2012, the Air Force awarded to small business, thirty Performance Based Remediation contracts totaling $865M for AFCEC�s Environmental Restoration program. Contractors were contracted to implement technological innovation with an emphasis on rapidly advancing toward site closure and minimizing long-term cost. Optimized Remediation Contracts (ORCs) are the next phase for the Air Force (AF) environmental restoration program (ERP), it�s goal to effectively and efficiently manage the AF ERP program in a performance-based, results-oriented, and cost-conscious framework. The Air Force intends to solicit a competitive small business acquisition for FY 26 ORC (Optimized Remediation Contract) for Columbus and Kessler AFB, MS. Interested small businesses may identify their interest, capability and any questions regarding attached Draft Performance Work Statement (PWS). The attached document �Q&A � Sources Sought � MS Group ORC� has been made available for interested parties to submit a statement of interest, capabilities statement, and any questions or comments regarding the Draft PWS. The Government intends to procure these services using competitive procedures in FAR part 15. For installation specific reports please reference the attached Administrative Record for Columbus AFB and Kessler AFB, as well as website below: https://ar.afcec-cloud.af.mil/ The Government will use responses to this notice in formulating its acquisition strategy. Based on the responses to this RFI/sources sought notice and synopsis, this requirement may be set-aside for small businesses (in full or in part) or procured through full and open competition. All small business set-aside categories will be considered. Telephone inquiries will not be accepted, and no feedback or evaluations will be provided to companies regardless of submissions. THIS IS NOT A REQUEST FOR QUOTE (RFQ) TO BE SUBMITTED. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS NOR QUOTES AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS NOTICE IS STRICTLY VOLUNTARY AND PARTICIPATION or NON-PARTICIPATION WILL NOT AFFECT THE CONSIDERATION OF ANY COMPANY FOR FUTURE FEDERAL CONTRACTS. PROGRAM BACKGROUND: This requirement is expected to result in the award of a single Firm-Fixed Price contract, as a C-type Contract, with Performance Based Payments. This is a follow-on requirement to the previous Contract No. W912HN-18-D-1002; W912HN-21-F-1030. REQUIRED TECHNICAL CAPABILITIES: The Government requires interested offerors be able to meet the requirements stated in the attached draft Performance Work Statement (PWS) and Performance Objectives. ELIGIBILITY: The applicable North American Industry Classification System (NAICS) Code is 562910, Environmental Remediation Services. The Product Service Code (PSC) is F999. The Small Business Size Standard is 1,000. SUBMISSION DETAILS: The Government will not review general capability statements, please ensure submissions are tailored to this requirement and information requested in the attached draft Performance Work Statement. The Government requests Capabilities Statements be submitted electronically in PDF or MS Word format. Offeror's responses shall not exceed ten (10) pages single-sided - standard 8 � X 11 pages using not less than 10-pitch font -- and shall describe the offerors technical expertise in sufficient detail to make an informed determination of the offerors ability to successfully provide the products/systems listed in the draft Performance Work Statement. Your response to this RFI/Sources Sought, including any technical capabilities statement with relevant past performance history shall be electronically submitted to the Contracting Officer, Mr. Nathan Fry, at email: nathan.fry.7@us.af.mil and to the Contract Specialists, Mr. J. Chris Finkenstadt, john.finkenstadt.1@us.af.mil , and Mr. Jose Hernandez, at jose.hernandez.108@us.af.mil in either Microsoft Word, PDF and/or Microsoft Excel format by 08 April 2025, 2:00 pm Central Standard Time (CST). Information and materials submitted in response to this request WILL NOT be returned. DO NOT SUBMIT CLASSIFIED MATERIAL. All questions MUST be in writing and should also be directed to Contracting Officer and Contract Specialists at emails indicated above. In all correspondence, please reference �RFI/Sources Sought: Columbus AFB and Kessler AFB, MS Group ORC� in the subject line. Verbal questions will not be accepted. Interested Contractors are asked to answer the following questions and submit the following information with their capability statement: 1. Name of the firm, point of contact, phone number, email address, Unique Entity ID, CAGE code, a statement regarding small business status (including small business type(s)/certifications(s) such as SDB, 8(a), HUBZone, SDVOSB, WOSB, etc.) and the corresponding NAICS code. 2. The NAICS code contemplated for this requirement is 562910 with a size standard of 1,000 per the standard described in Federal Acquisition Regulation (FAR) Part 19.102 (FAR available at www.acquisition.gov). In your opinion, does this NAICS code fit this requirement? If not, which NAICS code would you suggest and why? 3. Submit no later than 2:00 P.M. CST, 08 April, 2025. Place of Performance: Columbus AFB and Kessler AFB, Mississippi
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/ddcc5314767b46a186467cca45a5622a/view)
 
Place of Performance
Address: Biloxi, MS 39534, USA
Zip Code: 39534
Country: USA
 
Record
SN07385538-F 20250327/250325230050 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.