Fairchild Air Force Base (AFB) Optimized Remediation Contract (ORC) Draft Request for Proposal (RFP) Questions and Government Answers/Responses
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.
Quick Summary
The Department of the Air Force has released Questions and Government Answers/Responses for the Draft Request for Proposal (RFP) for the Fairchild Air Force Base (AFB) Optimized Remediation Contract (ORC). This presolicitation notice clarifies requirements for the anticipated Firm Fixed-Price (FFP) contract, which is a Competitive 8(a) Set-Aside. The solicitation number FA8903-25-R-0035 will be revised to FA8903-26-R-0019.
Purpose & Scope
This opportunity seeks environmental remediation services at Fairchild AFB, Spokane, Washington. The scope involves maintaining established remedies, optimizing operations, and achieving Performance Objectives (POs) at thirteen (13) Installation Restoration Program (IRP) sites. Key tasks include project management, scheduling, quality assurance, community involvement, site investigation and remediation (e.g., 1,4-Dioxane, Remedial Action-Operation, Operation & Maintenance), monitoring, Record of Decision (ROD) achievement, Long Term Monitoring (LTM), site closeout, and hazardous waste management.
Contract Details
- Type: Anticipated Firm Fixed Price (FFP)
- Set-Aside: Competitive 8(a) Set-Aside (FAR 19.8)
- NAICS: 562910 (Hazardous Waste Collection)
- PSC: F108 (Hazardous Substance Removal, Cleanup, And Disposal Services And Operational Support)
- Period of Performance: Approximately 10 years (1 base year + 8 option years), with the base period projected to start August 17, 2026.
- Place of Performance: Fairchild Air Force Base (AFB), Spokane, Washington.
Key Clarifications & Instructions
The Q&A document provides crucial clarifications for potential offerors:
- Eligibility: This is a competitive 8(a) Set-Aside; firms outside the 8(a) program will not be considered. However, 8(a) offerors may use experience from large business subcontractors.
- Proposal Page Limits: Volume I (Technical/Risk Approach) and Volume II (Past Performance) are limited to 15 pages each. Volumes III (Price) and IV (Administrative) have no page limits.
- Past Performance: Requires 80% completion of relevant and recent (within five years) past experience. Interim CPARS are acceptable.
- Property Management: An audited and approved property management system, per FAR 52.245-1, is required. Offerors must confirm they have one.
- Site Visits: No site visit is planned for this solicitation.
- Subcontractors: A "major subcontractor" is defined as one whose work is within the critical path of the project.
Evaluation Factors
Award will be based on a best-value, subjective tradeoff, considering Technical (Technical Approach and Management Approach), Past Performance, and Price. Technical and Past Performance are considered more important than Price, with Technical weighted most heavily.
Response & Contact
This notice is for the Draft RFP Q&A. The response date for this presolicitation is March 31, 2026, at 6:00 PM UTC. The Primary Point of Contact is Mr. Christopher L. Keyes at christopher.l.keyes.2@us.af.mil.