Sources Sought Notice - Fiscal Year (FY) 2026 Florida Central Optimized Remediation Contract (ORC)
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 U.S. Army Corps of Engineers – Mobile District has issued a Sources Sought Notice for market research to identify qualified firms for the Fiscal Year (FY) 2026 Florida Central Optimized Remediation Contract (ORC). This effort seeks to identify capabilities for environmental remediation activities at Avon Park Air Force Range (AFR) and MacDill Air Force Base (AFB), Florida. The anticipated contract is a competitive, firm-fixed price, definite delivery C-Type, with an estimated value of $20,000,000 over ten years. Responses are due by April 6, 2026, at 2:00 pm CT.
Scope of Work
The project involves comprehensive environmental remediation, including investigation, design, construction, operation and maintenance (O&M), and optimization of remedial systems. This work will address site-specific objectives at 24 Installation Restoration Program (IRP) sites and 3 Military Munitions Response Program (MMRP) sites. All activities will adhere to the Resource Conservation and Recovery Act (RCRA) and Comprehensive Environmental Response, Compensation, and Liability Act (CERCLA) frameworks, under the oversight of the Florida Department of Environmental Protection (FDEP).
Anticipated Contract & Timeline
This is a Sources Sought for market research, not a solicitation. The prospective procurement is envisioned as a competitive, firm-fixed price, definite delivery C-Type contract, procured under FAR 15 using a "Best-Value/Trade Off" process. The estimated project value is $20,000,000, with an estimated duration of ten (10) years (a five-year base and five option years). The primary NAICS Code is 562910 (Environmental Remediation Services), with a small business size standard of 1000 employees. The type of set-aside decision will be determined based on responses to this notice.
Response Requirements
Interested firms should submit a response not exceeding ten pages, including:
- Offeror's name, UEI, CAGE code, address, and points of contact.
- Business size/classification (e.g., Small Business, 8(a), HUBZone, SDVOSB, EDWOSB).
- Bonding capability (single contract/task order and aggregate).
- Past performance information for similar projects completed within the last eight years (CPARS, PPQs, or detailed project descriptions).
- Confirmation of minimum required disciplines, either in-house or through consultants: Project Manager, Environmental Engineer, Chemist, Geologist, Hydrogeologist, Certified Industrial Hygienist, Chemical Engineer, Civil Engineer, Regulatory Specialist, Human Health Risk Assessor, and Ecological Risk Assessor.
Submission Details
Responses must be emailed to Danielle Kachele (Danielle.l.kachele@usace.army.mil) and Elisha Couch (Elisha.Couch@usace.army.mil). Questions should be directed to Danielle Kachele. Submittals are due no later than 2:00 pm CT on Monday, April 06, 2026. This notice does not constitute a commitment by the Government, and no contract award will result from this Sources Sought.