Spill Response - Scott AFB, IL
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 375th Contracting Squadron, Scott Air Force Base, IL, has issued a Request for Information (RFI) for Spill Response Services. This is for market research only and is not a request for quote or proposal. The government is seeking sources to provide emergency Oil and Hazardous Substance/Hazardous Waste (OHS) spill response, sampling, and cleanup services for Scott AFB and within a 25-mile radius of its operations. This acquisition is anticipated as a Local Area Set-Aside for a small business. Responses are due by March 23, 2026, 11:00 AM CST.
Purpose
This RFI aims to gather information on potential sources and solicit input on a draft Performance Work Statement (PWS) for a future Blanket Purchase Agreement (BPA). The government seeks to understand industry capabilities and refine requirements for an anticipated single-award BPA.
Scope of Work
The required services include emergency OHS spill response, sampling, and cleanup for incidents occurring on Scott AFB and off-installation within 25 miles resulting from SAFB operations. The draft pricing list indicates a need for various labor categories (e.g., Project Manager, Hazmat Technician, Equipment Operator), standard equipment (e.g., vacuum trucks, excavators, frac tanks), and sampling/waste disposal services (e.g., site characterization, hazardous/non-hazardous waste disposal).
Contract Details
- Type: Request for Information (RFI) for a potential single-award Blanket Purchase Agreement (BPA).
- Period: Anticipated 5-year ordering period for the BPA.
- Set-Aside: Local Area Set-Aside (FAR 26.2) for a small business. The specific local area will be determined prior to formal solicitation.
- Product Service Code: S222 (Waste Treatment And Storage).
- Place of Performance: Scott Air Force Base, IL, and within a 25-mile radius off-installation.
Submission & Response
- RFI Response Deadline: March 23, 2026, by 11:00 AM CST.
- Questions Deadline: March 19, 2026, by 2:00 PM CST.
- Required Information: Contractor Name, Address, Point of Contact, Phone Number, Email Address, DUNS Number, CAGE Code, Business Type (e.g., Small, Women-Owned, SDVOSB), Number of Employees/Annual Revenue.
- Important: DO NOT submit technical proposals or pricing at this stage.
- Responses must be sent to both Government Representatives: Ashley Bebout (ashley.bebout@us.af.mil) and Robert Duffy (robert.duffy.8@us.af.mil).
- Contractors must maintain an active registration in SAM.gov to be eligible.
Attachments
Key attachments include a Draft RFI, a Draft Performance Work Statement (PWS), a Draft Pricing List, and an RFI Response List (Q&A document). The Q&A document provides insights into government considerations regarding PWS understanding, labor categories, response distance, and interest in a single-award BPA.