MISSISSIPPI GROUP OPTIMIZED REMEDIATION CONTRACT AT COLUMBUS AIR FORCE BASE, MISSISSIPPI KEESLER AIR FORCE BASE, MISSISSIPPI
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 Department of the Air Force is soliciting proposals for the Mississippi Group Optimized Remediation Contract (ORC) at Columbus Air Force Base, MS, and Keesler Air Force Base, MS. This 100% 8(a) Set-Aside opportunity seeks comprehensive environmental remediation services for 17 Installation Restoration Program (IRP) sites. Proposals are due by April 30, 2026, at 2:00 PM Central Daylight Time (CDT).
Scope of Work
The contract requires comprehensive environmental services including investigation, design, construction of remedial systems, operation and maintenance (O&M) of established remedies, and optimization activities to achieve site-specific objectives. Key tasks involve addressing contaminants, developing Conceptual Site Models (CSMs), implementing remedial actions, and managing investigated-derived waste (IDW). Specific requirements include PFAS sampling and analysis, 1,4-Dioxane investigations, and compliance with federal, state, and local regulations, as well as DoD policies. The contractor will also be responsible for developing and maintaining a Project Management Plan (PMP), Integrated Master Schedule (IMS), Milestone Payment Schedule (MPS), Basewide Quality Program Plans (QPP), and Land Use Control Implementation Plans (LUCIP).
Contract Details
- Solicitation Number: FA8903-26-R-0001
- Type: Firm Fixed-Price
- NAICS: 562910 (Environmental Remediation Services)
- Set-Aside: 100% 8(a) Set-Aside (FAR 19.8)
- Period of Performance: Anticipated to start June 30, 2026, with various option periods extending through June 29, 2036, and beyond for some line items.
- Place of Performance: Columbus Air Force Base, MS, and Keesler Air Force Base, MS.
Submission Requirements
Proposals must be submitted electronically via DoD Safe and/or email to the Contracting Officer and Contract Specialist. Mail or hand-carried proposals will not be accepted. Proposals must be in searchable Adobe PDF format, legible, and not zipped. The submission is structured into four volumes:
- Volume I: Technical/Risk Approach (15-page limit for Technical and Management Approach combined)
- Volume II: Past Performance (15-page limit, excluding supporting documents)
- Volume III: Price (No page limit)
- Volume IV: Contract Documentation (No page limit) Offerors must use a minimum 12-point Times New Roman font. IMS must be submitted in MS Project and Excel.
Evaluation Criteria
Award will be made to the offeror providing the best overall value through a best-value, subjective tradeoff source selection process. Technical and Past Performance combined are significantly more important than Price.
- Technical Factor: Evaluated on Technical Approach (addressing Performance Objectives, site challenges, risks, IMS) and Management Approach (risk mitigation, qualified personnel, team management). Technical Approach is more important than Management Approach.
- Past Performance Factor: Assesses recency, relevancy, and quality. Key relevancy characteristics include experience with CERCLA/RCRA, design/implementation/O&M of treatment systems, and remediation projects in USEPA Region IV.
- Price Factor: Evaluated for completeness, reasonableness, and absence of unbalanced pricing.
Key Attachments & Notes
Offerors must review the revised Performance Work Statement (dated March 31, 2026), updated Section L (Instructions to Offerors), and Section M (Evaluation Criteria) which incorporate "Revolutionary FAR Overhaul (RFO)" changes. Wage Determinations for both Columbus AFB and Keesler AFB are provided. Responses to offeror questions clarify aspects of CLIN structure, sampling frequency, and past performance documentation. Non-Government Advisors (Cherokee Nation Strategic Programs, LLC and Ageiss Inc.) may review technical data; offerors can object to this disclosure. The government will provide support for badges, passes, escorts, records, and staging areas. Minimum personnel qualifications are detailed in Attachment L-1.
Deadlines & Contacts
- Proposal Due Date: Thursday, April 30, 2026, at 2:00 PM CDT.
- Contracting Officer: Nathan Fry (nathan.fry.7@us.af.mil, 380-457-7123)
- Contract Specialist: John Finkenstadt (john.finkenstadt.1@us.af.mil, 380-457-6528)