Woody Island and at the Kodiak ATCT Remedial Investigation
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 Federal Aviation Administration (FAA) is conducting a presolicitation to identify 8(a) certified vendors for a Remedial Investigation (RI) at Woody Island and the Kodiak Air Traffic Control Tower (ATCT) in Alaska. This effort aims to investigate and delineate the presence, severity, and extent of contamination in soil and groundwater. Responses are due March 27, 2026.
Scope of Work
The contractor will provide all equipment, supplies, and labor to perform RI activities at multiple locations on Woody Island (CT Site, Building 605, Former Tank Farm and Pipeline Area, Former Communications and Housing Facility) and the Kodiak ATCT. Key tasks include:
- Soil and Groundwater Sampling: Conducted according to ADEC Field Sampling Guidance and Groundwater Sampling and Monitoring Wells Guidance.
- Monitoring Well Installation: Permanent wells installed per ADEC guidance, with some requiring hand installation due to site access.
- Contamination Delineation: Utilize direct read field instruments (XRF, PID) and analytical sampling to delineate petroleum and non-petroleum contamination (PCBs, RCRA metals).
- Soil Borings and Test Pits: Advanced using drill rigs or hand tools, with specific depth requirements.
- Groundwater Sampling: Employ low flow methods and in-well data collection systems (pressure transducers) for continuous conductivity, temperature, and depth (CTD) data.
- Site Preparation: Perform GPR surveys and utility locate services prior to intrusive work. All RI activities must be overseen by a Qualified Environmental Professional (QEP).
Contract & Timeline
- Type: Presolicitation (for a future contract)
- Set-Aside: 8(a) Set-Aside (FAR 19.8)
- Product/Service Code: F108 (Hazardous Substance Removal, Cleanup, And Disposal Services And Operational Support)
- Response Due: March 27, 2026, at 12:00 PM Central Time
- Published: March 16, 2026
Response Requirements
Interested SEDB 8(a) certified vendors must submit the following information to Sonia.o.holguin@faa.gov:
- Company Name (resultant Prime contractor)
- Address
- Point of Contact name, email, and telephone number
- UEI Number
- Relevant experience on similar projects within the last five years, and work within the last 10 years with/on the Metlakatla Indian Community, including contract numbers and contact information. Respondents must be actively registered in SAM as an 8(a) participant or provide a copy of their SBA 8(a) certification letter.
Additional Notes
The full Statement of Work (SOW) and any referenced attachments will be provided at the time of solicitation. This notice is for market research purposes.