Opportunity

PIEE #W912HN26RA009

Environmental Remediation and Monitoring Services at Shaw Air Force Base, SC (SATOC ORC)

Buyer

W074 ENDIST SAVANNAH

Posted

April 15, 2026

Respond By

April 24, 2026

Identifier

W912HN26RA009

NAICS

562910, 541620, 541330

This opportunity involves environmental remediation and monitoring services at Shaw Air Force Base, South Carolina, managed by the U.S. Army Corps of Engineers (USACE), Savannah District, for the Air Force Civil Engineer Center. - Government Buyer: - U.S. Army Corps of Engineers (USACE), Savannah District - Air Force Civil Engineer Center at Shaw Air Force Base - Scope of Work: - Environmental Remediation Services (ERS) under the Shaw AFB Optimized Remediation Contract (ORC) - Site closure for unrestricted residential use at Shaw AFB - Remediation at eighteen Installation Restoration Program (IRP) sites - Operations and maintenance for two large groundwater treatment plants - Oversight of Remedial Action-Operation (RA-O), Interim Remedial Action-Operation (IRA-O), and Long-Term Monitoring (LTM) sites - Groundwater sampling and analysis for contaminants (e.g., tetrachloroethene (PCE), trichloroethene (TCE), volatile organic compounds, metals, dissolved gases) - Preparation of corrective measures implementation progress reports for landfill sites, including inspections, land use control verifications, and erosion monitoring - Unique/Notable Requirements: - Compliance with the Shaw Hazardous Waste RCRA Permit - Electronic proposal submission via the PIEE Solicitation Module - 100% small business set-aside under NAICS 562910 - OEMs and Vendors: - No specific OEMs or product manufacturers are named in the solicitation or attachments - Estimated Contract Value: - $40,000,000 (firm fixed price) - Period of Performance: - Seven-year base period with one six-month option - Place of Performance: - Shaw Air Force Base, Sumter, South Carolina - Contracting office: 100 W Oglethorpe Ave, Savannah, GA 31401-3604 - Services Requested: - Environmental remediation, groundwater monitoring, corrective measures reporting, and long-term site management - **No specific products, part numbers, or OEM equipment are identified in the requirements.

Description

The purpose of amendment 0003 is to update the SATOC level PWS to correct paragraphs 11.1, 11.8, and 11.9 to remove ECS and replace it with ERS for Project Personnel and to provide an updated Seed Project PWS with an updated table on page 12 changing the LUCIP from (one per year) to (one year). Additionally, this amendment provides GFI requested through ProjNET RFIs and the final list of ProjNET questions and answers. *************************************************************The purpose of Amendment 0002 is to provide more GFI for GWTP 2, to correct a small error in evaluation criteria (red font change), and to provide an updated CLIN structure for the seed project.*******************************************The purpose of amendment 0001 is to provide more Government Furnished Information and to provide the current list of ProjNET questions and answers. **************************************This final Request for Proposal is for a $40M Environmental Remediation Services (ERS), Single- Award Task Order contract (SATOC) for the Shaw Air Force Base Optimized Remediation Contract (ORC) for the United States Army Corps of Engineers (USACE), Savannah District (SAS). This acquisition is being offered as a 100% set-aside for small business competition, under NAICS 562910, and will result in a Firm Fixed Price Contract Award. Submit requests for information through ProjNET (see the attached RFP for instructions on how to access ProjNet). Description of Work: The objective of the Shaw Remediation Project is to achieve a site closure (SC) as defined in the Shaw Hazardous Waste RCRA Permit for unrestricted residential use. The Shaw AFB ORC consists of eighteen (18) Installation Restoration Program (IRP) sites, Operations and Maintenance for two (2) large Groundwater Treatment Plants, and zero (0) Military Munitions Response Program (MMRP) sites. POs include eleven (11) RA-O Sites, three (3) IRA-O Sites, and four (4) LTM Sites. Eleven (11) sites have a PO of Alternative Objectives (AO) as well as RC or SC. See the Draft RFP for the full SATOC and Seed Project Performance Work Statements. Ordering Period is seven (7) years for the base period and one six (6) month option period pursuant to FAR 52.217-8. Please note that the proposal due date is specified in block 8 on the attached SF1449 RFP. Proposals shall be submitted electronically via Procurement Integrated Enterprise Environment (PIEE) Solicitation Module by the due date and time for submission of proposals. NOTE: The only authorized transmission method for proposals in response to this solicitation is PIEE solicitation module. No other transmission methods (email, facsimile, regular mail, hand carried, etc.) will be accepted. To submit an electronic proposal through the PIEE Solicitation Module website, Offerors shall follow the following steps: a. Step 1: Complete vendor registration on https://piee.eb.mil/. Instructions for registration can be found through: https://www.acq.osd.mil/asda/dpc/ce/cap/docs/piee/PIEE_Solicitation_Module_Vendor_Access_Instructions.pdfb. Step 2: Upload offer in the Solicitation Module through https://piee.eb.mil/. Instructions for uploading an offer can be found through: https://pieetraining.eb.mil/wbt/xhtml/wbt/sol/solicitation/proposals.xhtml. Note: Only those with a PIEE vendor registration as Proposal Manager may upload an offer.

View original listing