MISSISSIPPI GROUP OPTIMIZED REMEDIATION CONTRACT AT COLUMBUS AIR FORCE BASE, MISSISSIPPI KEESLER AIR FORCE BASE, MISSISSIPPI

SOL #: FA890326R0001Solicitation

Overview

Buyer

DEPT OF DEFENSE
Dept Of The Air Force
FA8903 772 ESS PK
JBSA LACKLAND, TX, 78236-9861, United States

Place of Performance

Columbus, MS

NAICS

Remediation Services (562910)

PSC

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

Set Aside

8(a) Set-Aside (FAR 19.8) (8A)

Timeline

1
Posted
Jan 13, 2026
2
Last Updated
Apr 22, 2026
3
Submission Deadline
Apr 23, 2026, 7:00 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.

Quick Summary

The Department of the Air Force is soliciting proposals for the Mississippi Group Optimized Remediation Contract (ORC) at Columbus Air Force Base and Keesler Air Force Base, Mississippi. This is an 8(a) Set-Aside opportunity for hazardous substance removal, cleanup, and disposal services. Proposals are due Thursday, April 23, 2026, at 2:00 PM Central Daylight Time (CDT).

Purpose & Scope

This solicitation (FA8903-26-R-0001) aims to advance site cleanup efficiently and reduce long-term environmental liabilities at 17 Installation Restoration Program (IRP) sites across both Air Force Bases. The scope of work, detailed in the revised Performance Work Statement (PWS) dated March 31, 2026, includes comprehensive environmental services such as investigation, design, construction of remedial systems, operation and maintenance (O&M) of established remedies, and optimization activities to achieve site-specific objectives. Key activities involve developing Project Management Plans (PMP), Integrated Master Schedules (IMS), Basewide Quality Program Plans (QPP), and Land Use Control Implementation Plans (LUCIP). Special requirements include PFAS sampling and 1,4-Dioxane investigations, along with compliance with federal, state, and local regulations, and community involvement support.

Contract Details

  • Contract Type: Firm-Fixed Price Optimized Remediation Contract (ORC).
  • Set-Aside: 8(a) Set-Aside.
  • NAICS Code: 562910 (Environmental Remediation Services).
  • Place of Performance: Columbus AFB, MS, and Keesler AFB, MS.
  • Period of Performance: Anticipated to start June 30, 2026, with various option periods extending through June 29, 2036, and beyond for some line items.

Submission & Evaluation

Proposals must be submitted electronically via DoD Safe and/or email to the Contracting Officer and Contract Specialist. Submissions are due by April 23, 2026, at 2:00 PM CDT. Proposals should be clear, concise, and structured into four volumes: Technical/Risk (15-page limit), Past Performance (15-page limit), Price (no limit), and Contract Documentation (no limit).

Evaluation will be based on a best-value, subjective tradeoff, with factors listed in descending order of importance:

  1. Technical (Combined Technical/Risk): Technical Approach (more important) and Management Approach.
  2. Past Performance: Assessed for recency, relevancy (e.g., CERCLA/RCRA, treatment systems, USEPA Region IV experience), and quality.
  3. Price: Evaluated for completeness, reasonableness, and balance. Technical and Past Performance combined are significantly more important than Price. The Government may award without discussions.

Key Documents & Amendments

This solicitation has been amended. Amendment 0001 (April 6, 2026) extended the proposal due date and revised the Performance Work Statement (PWS), Section L (Instructions to Offerors), and Section M (Evaluation Criteria) due to "Revolutionary FAR Overhaul (RFO)" changes. Amendment 0002 (April 10, 2026) provided responses to administrative record inquiries. Offerors must refer to the latest versions of these documents, including the PWS dated March 31, 2026, and the RFO-updated Sections L and M. Wage Determinations for both bases and guidance on PFAS and 1,4-Dioxane are also provided.

Contact Information

Questions must be submitted in writing via email to the Contracting Officer, Nathan Fry (nathan.fry.7@us.af.mil), and courtesy copy the Contract Specialist, John Finkenstadt (john.finkenstadt.1@us.af.mil).

People

Points of Contact

Files

Files

Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download

Versions

Version 5
Solicitation
Posted: Apr 22, 2026
View
Version 4Viewing
Solicitation
Posted: Apr 10, 2026
Version 3
Solicitation
Posted: Apr 6, 2026
View
Version 2
Solicitation
Posted: Mar 16, 2026
View
Version 1
Pre-Solicitation
Posted: Jan 13, 2026
View
MISSISSIPPI GROUP OPTIMIZED REMEDIATION CONTRACT AT COLUMBUS AIR FORCE BASE, MISSISSIPPI KEESLER AIR FORCE BASE, MISSISSIPPI | GovScope