Performance Work Statement to Conduct Remedial Action Operations (RA-O) and Long-Term Management (LTM) for Laughlin (to include a DLA site), Dyess, Goodfellow, and Sheppard, Texas
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.
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR subpart 12.6, as supplemented with additional information included in this notice. This announcemnet constitutes the only solicitation. Proposals are being requested and a written solicitation will not be issued.
The Request For Proposal (RFP) and all applicable documents have been posted/uploaded into the FEDBIZOPPS website: To conduct Remedial Action Operations (RA-O) and Long-Term Management (LTM) for Laughlin AFB, Dyess AFB, Goodfellow AFB, and Shepperd AFB, all located in Texas. This project will also include remediation at a Defense Logistics Agency (DLA) site located on Laughlin AFB, Texas.
Please note the following due dates:
Questions due: 2:00 PM CT on 19 June 2019
Proposal due: 2:00 PM CT on 08 July 2019
System for Award Management (SAM) Requirements: Offerors must be registered in the SAM database. If registration is not complete by the required time, the Contracting Officer will proceed to award to the next otherwise successful registered Offeror. Offerors may obtain information on registration at https://www.acquisition.gov.