Bethel FAA Station, Alaska, Remedial Action Remedial Investigation, and Site Investigation
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
The FAA has a requirement for various Remedial Action (RA), Remedial Investigation (RI), and Site Investigation (SI) activities for various analytes (listed below), at both the Bethel Federal Aviation Administration (FAA) Station, located in the town of Bethel, Alaska. The goal of the various Investigations and Actions associated with this SOW is to remediate soil and groundwater on lands currently and formerly used by the FAA in the Bethel, Alaska, area to protect human health at various AOCs. Below is an abbreviation of the statement of work and no attachments will be provided until solicitation:
- Soil Boring Installation and Sampling
- Monitoring Well Installation and Development
- Groundwater Sampling
- Soil Excavation and Disposal
- Reporting
In order to better understand the market for this potential requirement, the FAA requests the following information from interested SEDB 8(a) certified vendors: 1. Name of Company (the resultant Prime contractor that may ultimately be awarded the subsequent contract) 2. Address 3. Point of Contact name, email address and telephone number 4. UEI Number 5. Relevant experience on similar projects within the last five years. Please provide specific contract numbers, contact names and email information to support claimed capabilities.
The System for Award Management (SAM) registration for interested Contractors must show that they are an active SBA certified 8(a) program participant or the interested Contractor must provide a copy of their SBA 8(a) certification letter in their response to this notice to be considered for inclusion in the future solicitation. Please submit your capability statement and the above information to Sonia.o.holguin@faa.gov no later than December 5, 2025 at 1400 Central Time.
Failure to respond to this pre-solicitation with all of the requested information will preclude a Contractor’s ability to receive a copy of the future solicitation. Limit complete responses to no more than five pages. Information will not be released; however, mark PROPRIETARY on all documents submitted, as applicable.