Sources Sought Notice - Fiscal Year (FY) 2027 Florida Panhandle Optimized Remediation Contract (ORC) and Military Munitions Response Program (MMRP)
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) 2027 Florida Panhandle Optimized Remediation Contract (ORC) and Military Munitions Response Program (MMRP). This effort targets environmental remediation activities at Eglin Air Force Base, Hurlburt Field, and Tyndall Air Force Base, Florida. Responses are due by April 22, 2026, at 2:00 PM CT.
Scope of Work
The prospective contract will involve comprehensive environmental remediation activities for 59 Installation Restoration Program (IRP) sites and five Military Munitions Response Program (MMRP) sites. This includes investigation, design, construction of remedial systems, operation and maintenance of established remedies, optimization, and achievement of site-specific objectives. Regulatory oversight varies by location, adhering to RCRA, Chapter 62-780 FAC, CERCLA, and FFA requirements.
Contract & Timeline
This is market research for a prospective competitive, firm-fixed price, definite delivery C-Type contract, anticipated to be procured under FAR 15 using a Best-Value/Trade Off process.
- Estimated Value: $40,000,000
- Estimated Duration: Ten (10) years (five-year base + five option years)
- NAICS Code: 562910 (Environmental Remediation Services) with a 1000-employee small business size standard.
- Set-Aside: To be determined based on responses received from both Small and Large Businesses.
- Response Due: April 22, 2026, 2:00 PM CT
- Published: March 26, 2026
Submission Requirements
Interested firms must submit a capabilities statement, not exceeding ten (10) pages, via email to Danielle Kachele (Danielle.l.kachele@usace.army.mil) and Elisha Couch (Elisha.Couch@usace.army.mil). Submissions should include:
- Offeror name, UEI, CAGE code, address, and points of contact.
- Business size/classification (e.g., Small Business, 8(a), HUB-Zone, 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 in-house or consultant disciplines: Project Manager, Environmental Engineer, Chemist, Geologist, Hydrogeologist, Certified Industrial Hygienist, Chemical Engineer, Civil Engineer, Regulatory Specialist, Human Health Risk Assessor, and Ecological Risk Assessor.
Important Notes
This is a Sources Sought Notice for market research purposes only and is not a solicitation. No contract award will result from this notice, and the Government will not pay for information submitted. Responses will inform future acquisition decisions.