Scott AFB ORC SATOC

SOL #: W912QR25RA017Solicitation

Overview

Buyer

DEPT OF DEFENSE
Dept Of The Army
W072 ENDIST LOUISVILLE
LOUISVILLE, KY, 40202-2230, United States

Place of Performance

Scott AFB, IL

NAICS

Remediation Services (562910)

PSC

Hazardous Substance Removal, Cleanup, And Disposal Services And Operational Support (F108)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)

Timeline

1
Posted
Apr 2, 2025
2
Last Updated
May 2, 2025
3
Submission Deadline
May 2, 2025, 5:00 PM

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.

DESCRIPTION: The U.S. Army Corps of Engineers (USACE) Louisville District intends to award a Firm Fixed Price (FFP) Single Award Task Order Contract (SATOC) for the U.S. Army Corps of Engineers (USACE) with the capability to execute a full range of environmental services for the Air Force Civil Engineer Center (AFCEC) Optimized Remediation Contract (ORC) at Scott Air Force Base (AFB). The ordering period of this SATOC is 10 years. The primary objective of this contract is the remediation of soil and groundwater contaminated with a variety of contaminants including but not limited to Per-and Polyfluoroalkyl Substances (PFAS), chlorinated solvents, petroleum products, and explosives constituents. The Contractor shall provide the capability to execute this range of services for Hazardous, Toxic and Radioactive Waste (HTRW) sites located at Scott AFB.


TYPE OF CONTRACT AND NAICS: This contract will be for one (1) Firm-Fixed-Price (FFP) SATOC contract awarded through the Best Value Trade-off Process.  A seed task order will also be issued following the award of the SATOC. The North American Industrial Classification System Code (NAICS) for this effort is 562910 – Remediation Services. Size Standard: 1000 Employees

TYPE OF SET-ASIDE: This acquisition will be advertised as 100% Set aside for Small Business.


SELECTION PROCESS: This procurement will be operating under FAR Part 15. The proposals will be evaluated based on the best value to the Government.  
 

REGISTRATIONS:

Offerors shall have and shall maintain an active registration in the following database:

System for Award Management (SAM): Offerors shall have and shall maintain an active registration in the SAM database at http://Sam.gov to be eligible for a Government contract award. If the Offeror is a Joint Venture (JV), the JV entity shall have valid SAM registration in the SAM database representing the JV as one business/firm/entity. If at the time of award an Offeror is not actively and successfully registered in the SAM database, the Government reserves the right to award to the next prospective Offeror.

POINT-OF-CONTACT: The point-of-contact for this procurement is Kari Rogers, Contract Specialist, at kari.a.rogers@usace.army.mil, 502-315-7028.

People

Points of Contact

Files

Files

Download

Versions

Version 11
Solicitation
Posted: May 2, 2025
View
Version 10
Solicitation
Posted: May 2, 2025
View
Version 9
Solicitation
Posted: Apr 29, 2025
View
Version 8
Solicitation
Posted: Apr 29, 2025
View
Version 7
Solicitation
Posted: Apr 11, 2025
View
Version 6
Solicitation
Posted: Apr 10, 2025
View
Version 5
Solicitation
Posted: Apr 9, 2025
View
Version 4
Solicitation
Posted: Apr 9, 2025
View
Version 3
Solicitation
Posted: Apr 9, 2025
View
Version 2
Solicitation
Posted: Apr 9, 2025
View
Version 1Viewing
Solicitation
Posted: Apr 2, 2025