Granular Activated Carbon Research
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 354th Contracting Squadron at Eielson AFB, AK is conducting market research through a Request for Information (RFI) to identify vendors capable of providing a Granular Activated Carbon (GAC) Renewal study. This study aims to evaluate the technical feasibility of regenerating spent PFAS treatment media. Responses are due May 15, 2026.
Purpose & Scope
This RFI seeks to identify potential vendors for a bench-scale feasibility study on a GAC renewal process. The objective is to determine if spent GAC from Eielson AFB, used for PFAS removal, can be effectively regenerated, especially under Interior Alaska's cold weather conditions. The study will inform future decisions on pilot-scale demonstrations or field deployment. This requirement is for scientific, engineering, analytical, and advisory services.
Key Objectives
The contractor shall develop and execute a bench-scale approach to address:
- Technical Feasibility: Determine if spent Eielson AFB GAC can be successfully renewed.
- Cold Weather Applicability: Evaluate process performance at low temperatures (minimum target: ~35°F liquid operating condition).
- PFAS Treatment Performance: Assess post-renewal media effectiveness for PFAS removal.
- Process Practicality: Evaluate rinse efficiency, solvent removal, and suitability for field implementation.
- Deployment Path Forward: Provide options and recommendations for pilot-scale demonstration or future deployment.
Response Requirements
Interested parties should submit a written capability statement in accordance with the attached draft Statement of Objectives (SOO). Responses are limited to four pages and should include:
- Business size for NAICS code 541690 (size standard: $19 Million)
- Any socio-economic statuses
- CAGE code
- Technical approach, relevant experience, schedule, key personnel, assumptions, and price.
Contract & Timeline
- Type: Presolicitation / Request for Information (RFI)
- Set-Aside: None specified; vendors are asked to indicate business size and socio-economic statuses.
- Response Due: May 15, 2026, 8:30 PM AKDT
- Published: May 05, 2026
Additional Notes
This RFI is for planning purposes only and does not constitute a request for proposal or an obligation to acquire products/services. The government will use responses to develop its acquisition strategy. No entitlement to payment for submitted information. Responses should be emailed to Tara Richmond (Tara.richmond@us.af.mil) and Amn Tait Loggins (Tait.loggins@us.af.mil). The associated NAICS code is 541690.