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 has issued Solicitation FA890326R0001 for the Mississippi Group Optimized Remediation Contract (ORC). This 8(a) set-aside opportunity seeks environmental remediation services at Columbus Air Force Base and Keesler Air Force Base, Mississippi. The contract aims to efficiently and cost-effectively advance site cleanup and reduce long-term environmental liabilities at 17 Installation Restoration Program (IRP) sites. Proposals are due by April 23, 2026, at 2:00 PM CDT.
Scope of Work
The contractor will provide comprehensive 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 involve addressing contaminants, developing Conceptual Site Models (CSMs), implementing remedial actions, and managing investigated-derived waste (IDW). Special requirements include PFAS sampling and analysis, 1,4-Dioxane investigations, and compliance with federal, state, and local regulations.
Contract Details
- Opportunity Type: Solicitation (FA890326R0001)
- Contract Type: Firm-Fixed Price
- Set-Aside: 8(a) Set-Aside (FAR 19.8)
- NAICS Code: 562910 (Environmental Remediation Services)
- Place of Performance: Columbus AFB and Keesler AFB, Mississippi
- Period of Performance: Includes a base year and multiple option years, potentially extending through FY36.
- Wage Determinations: Applicable Service Contract Act Wage Determinations (WD 2015-5147 for Keesler AFB and WD 2015-5157 for Columbus AFB) define minimum wage rates and fringe benefits.
Submission & Evaluation
Proposals must be submitted electronically via DoD Safe and/or email to the Contracting Officer and Contract Specialist by April 23, 2026, 2:00 PM CDT. Proposals should be in searchable Adobe PDF format and structured into four volumes:
- Volume I: Technical/Risk Approach (15-page limit)
- Volume II: Past Performance (15-page limit)
- Volume III: Price (no page limit)
- Volume IV: Contract Documentation (no page limit)
Evaluation will be based on a best-value, subjective tradeoff process, with Technical (Combined Technical/Risk) and Past Performance combined being significantly more important than Price. Technical Approach is more important than Management Approach. Past performance will assess experience with CERCLA/RCRA, treatment systems, and remediation projects in USEPA Region IV.
Key Attachments & Guidance
Offerors must review the revised Performance Work Statement (PWS) dated March 31, 2026, and updated Section L (Instructions to Offerors) and Section M (Evaluation Criteria). Other critical documents include the Program Management Plan (PMP) Guidance, Labor Category Qualifications, Past Performance Questionnaire (PPQ) template, and the latest DoD Guidance on Destruction or Disposal of Materials Containing PFAS. Questions must be submitted in writing to the Contracting Officer.
Contacts
- Contracting Officer: Nathan Fry (nathan.fry.7@us.af.mil)
- Contract Specialist: John Finkenstadt (john.finkenstadt.1@us.af.mil)