Request for Proposal for Environmental Remediation Services (ERS) Single Award Task Order Contract (SATOC) for the Shaw Air Force Base Optimized Remediation Contract (ORC)
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 United States Army Corps of Engineers (USACE), Savannah District (SAS), has issued a Request for Proposal (RFP) for a $40 million Environmental Remediation Services (ERS) Single-Award Task Order Contract (SATOC) for the Shaw Air Force Base Optimized Remediation Contract (ORC). This opportunity is a 100% Total Small Business Set-Aside under NAICS 562910. The primary objective is to achieve site closure for 18 Installation Restoration Program (IRP) sites and provide Operations and Maintenance (O&M) for two Groundwater Treatment Plants (GWTPs) at Shaw AFB, South Carolina. Proposals are due by April 24, 2026.
Scope of Work
The contractor will be responsible for comprehensive environmental remediation activities aimed at achieving site closure (SC) for unrestricted residential use. Key tasks include:
- Investigation, design, construction, operation, and optimization of remedial systems.
- Management and disposal of investigation-derived waste (IDW), including PFAS-contaminated media.
- Conducting 1,4-Dioxane investigations and compliance monitoring.
- Operations and Maintenance (O&M) of GWTPs and well networks.
- Developing and updating Conceptual Site Models (CSMs) and exit strategies.
- Advanced Site Characterization for complex sites. The scope covers 18 IRP sites, including Remedial Action-Operation (RA-O), Interim Remedial Action-Operation (IRA-O), and Long-Term Management (LTM) sites, with specific Performance Objectives (POs) defined for each. Government Furnished Information (GFI) details site-specific conditions, regulatory interactions with SCDHEC/SCDES, and challenges related to contaminants like Naphthalene and Dieldrin.
Contract & Timeline
- Type: Firm Fixed Price (FFP) Single-Award Task Order Contract (SATOC)
- Value: Up to $40,000,000
- Ordering Period: 7 years base + one 6-month option period (pursuant to FAR 52.217-8)
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- Product Service Code: F108 (Hazardous Substance Removal, Cleanup, And Disposal Services And Operational Support)
- Proposal Due: April 24, 2026, 6:00 PM ET
- Published: April 7, 2026
Submission & Evaluation
Proposals must be submitted electronically via the Procurement Integrated Enterprise Environment (PIEE) Solicitation Module. Offerors must complete vendor registration on PIEE and follow instructions for uploading their offer. Amendment 0002 provided corrections to evaluation criteria and an updated CLIN structure for the seed project. Requests for information should be submitted through ProjNET.
Additional Notes
Amendments 0001 and 0002 provided additional Government Furnished Information (GFI) and clarified evaluation criteria. A site visit was conducted on March 5, 2026, and minutes along with a sign-in roster are available, offering detailed insights into environmental conditions and remediation activities at various Areas of Concern (AOCs) and Solid Waste Management Units (SWMUs) at Shaw AFB.