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 Firm Fixed-Price contract is for comprehensive environmental remediation services aimed at site restoration across 17 Installation Restoration Program (IRP) sites. This opportunity is a 100% 8(a) Set-Aside. Proposals are due by April 16, 2026, at 02:00 PM local time.
Scope of Work
The scope encompasses a full range of environmental services, including investigation, design, construction of remedial systems, operation and maintenance (O&M) of established remedies, optimization, and achievement of site-specific objectives. Key activities include Preliminary Assessment/Site Inspection (PA/SI), Remedial Investigation (RI)/Feasibility Study (FS), Response Complete (RC)/Site Closeout (SC), Remedial Action-Operation (RA-O) with Optimization, Long Term Management (LTM), and Advanced Site Characterization.
Specific deliverables include the development and updates of Project Management Plans (PMP), Integrated Master Schedules (IMS), Milestone Payment Schedules (MPS), Community Involvement Plans (CIP), Basewide Quality Program Plans (QPPs), and Land Use Control Implementation Plans (LUCIP). The contractor will also perform well surveys/replacements, 1,4-Dioxane investigations, manage PFAS-containing materials, and provide various technical reports. The government will provide support such as identification badges, escorts, access to existing records, and staging areas.
Contract Details & Timeline
- Solicitation Number: FA8903-26-R-0001
- Contract Type: Firm Fixed Price
- NAICS Code: 562910 (Environmental Remediation Services)
- Size Standard: 1,000 Employees
- Set-Aside: 100% 8(a) Set-Aside
- Period of Performance: Anticipated to start June 30, 2026, with option periods extending through June 29, 2036, and potentially beyond for some line items (up to Option Year 9).
- Published Date: March 16, 2026
- Questions Due: March 24, 2026, 4:00 P.M. CDT (submit using Attachment 7-Q&A Template).
- Proposals Due: April 16, 2026, 02:00 PM local time.
Submission & Evaluation
Proposals must be submitted electronically via the Procurement Integrated Enterprise Environment (PIEE) website (https://piee.eb.mil/) in searchable Adobe PDF format. Proposals should be structured into four volumes: Volume I (Technical/Risk - 15 pages max), Volume II (Past Performance - 15 pages max), Volume III (Price - no page limit), and Volume IV (Contract Documentation - no page limit).
Evaluation will be based on a best-value, subjective tradeoff, considering three factors in descending order of importance:
- Technical (Combined Technical/Risk): Assesses Technical Approach and Management Approach.
- Past Performance: Evaluates recency, relevancy, and quality, with emphasis on experience in CERCLA/RCRA, treatment systems, and USEPA Region IV.
- Price: Reviewed for completeness, reasonableness, and unbalanced pricing. The government reserves the right to award without discussions. Offerors should note that technical data may be released to non-government advisors (Cherokee Nation Strategic Programs, LLC and Ageiss Inc.).
Points of Contact
- Contracting Officer: Nathan Fry (nathan.fry.7@us.af.mil)
- Contracting Specialist: J. Chris Finkenstadt (john.finkenstadt.1@us.af.mil)