Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 15, 2026 SAM #8816
SOLICITATION NOTICE

F -- Synopsis of Solicitation; FA890326R0001; Mississippi Optimized Remediation Contract at Columbus Air Force Base, MS and Keesler Air Force Base, MS.

Notice Date
1/13/2026 10:33:47 AM
 
Notice Type
Presolicitation
 
NAICS
562910 — Remediation Services
 
Contracting Office
FA8903 772 ESS PK JBSA LACKLAND TX 78236-9861 USA
 
ZIP Code
78236-9861
 
Solicitation Number
FA890326R0001
 
Response Due
1/28/2026 2:00:00 PM
 
Archive Date
02/03/2026
 
Point of Contact
John Finkenstadt, Phone: 380-457-6528
 
E-Mail Address
john.finkenstadt.1@us.af.mil
(john.finkenstadt.1@us.af.mil)
 
Description
THIS IS NOT A REQUEST FOR PROPOSAL. NO PROPOSALS ARE TO BE SUBMITTED IN RESPONSE TO THIS NOTICE. ANY PROPOSALS SUBMITTED IN RESPONSE TO THIS NOTICE WILL NOT BE REVIEWED OR RETAINED. SUBJECT: Synopsis of Solicitation; FA890326R0001; Mississippi Optimized Remediation Contract at Columbus Air Force Base, MS and Keesler Air Force Base, MS.1. The 772d Enterprise Sourcing Squadron (772 ESS/PKB) intends to issue a Request for Proposal (RFP) for a Firm-Fixed-Price contract as a competitive Section 8(a) Set-Aside for Optimized Remediation Services at Columbus Air Force Base, MS and Keesler Air Force Base, MS pursuant to Federal Acquisition Regulation (FAR) 16.202, Firm-Fixed-Price Contracts.2. This requirement is for environmental remediation activities at Columbus Air Force Base (AFB) and Keesler AFB, Mississippi (MS). The draft Performance Work Statement (PWS) defines the scope of environmental services necessary to conduct site restoration under the Optimized Remediation Contract (ORC). The range of activities includes investigation, design, construction of remedial systems, operation and maintenance of established remedies, optimization at applicable sites, and achievement of site-specific objectives. The Contractor shall undertake Environmental Remediation activities to achieve Performance Objectives (POs) at seventeen (17) Installation Restoration Program (IRP) sites. The North American Industry Classification System (NAICS) Code for this requirement is 562910, Product Service Code is F108. A draft copy of the PWS is attached to this synopsis.3. The RFP is expected to be advertised on (https://sam.gov). The RFP will be in accordance with the procedures found in FAR 15.203, Requests for Proposals. It is the responsibility of the interested party to check frequently for any changes to the solicitation.4. Upon issuance of the RFP, all eligible parties may submit a proposal which shall be considered by 772 ESS/PKB.5. All parties interested in submitting a proposal must be registered in the System for Award Management (SAM) database. Failure to register in the SAM database will make an Offeror ineligible for contract award. Interested parties can register at (https://sam.gov).6. Contact the Contracting Officer, Mr. Nathan J. Fry at nathan.fry.7@us.af.mil and courtesy copy the Contracting Specialist, Mr. John C. Finkenstadt at john.finkenstadt.1@us.af.mil with any questions or concerns. Attachment: Atch-1 Draft Performance Work Statement (PWS), dated 7JAN2026
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/e69b1b552d74414587d5ca8f49f2ccef/view)
 
Place of Performance
Address: Columbus Air Force Base, MS and Keesler Air Force Base, MS
 
Record
SN07685124-F 20260115/260113230037 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2026, Loren Data Corp.