Spill Response - Scott AFB, IL
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 Department of the Air Force is issuing a Request for Information (RFI) for Spill Response Services at Scott Air Force Base, IL, and within a 25-mile radius of its operations. This RFI seeks to identify sources for a potential Local Area Set-Aside Blanket Purchase Agreement (BPA) for emergency Oil and Hazardous Substance/Hazardous Waste (OHS) spill response, sampling, and cleanup. Responses are due March 23, 2026, by 11:00 AM CST.
Purpose
This RFI, issued by the 375th Contracting Squadron, is for informational purposes only and is not a solicitation for quotes or proposals. The government is conducting market research to gather information on potential sources and obtain industry feedback on a draft Performance Work Statement (PWS) and pricing structure for future spill response services.
Scope of Work
Services include emergency OHS spill response, sampling, and cleanup for incidents on Scott AFB facilities or resulting from SAFB operations within a 25-mile radius. This encompasses identifying, controlling, containing, neutralizing, collecting, removing, documenting, and disposing of hazardous substances and contaminated materials. The contractor will also be responsible for cleaning contaminated soil, water, and surfaces to meet environmental standards, coordinating third-party verification, providing emergency laboratory services, and supporting annual OHS spill exercise response drills.
Contract Details
The government anticipates awarding a single-award Blanket Purchase Agreement (BPA) with a 5-year ordering period. This acquisition is intended as a Local Area Set-Aside (LAS) for a small business, with the specific local area to be determined prior to formal solicitation. Contractors must maintain an active registration in SAM.gov.
Key Requirements & Performance Standards
- Personnel: Must be properly trained, certified (e.g., HAZWOPER 40-hour), and licensed, including certified Hazmat Technicians/Specialists. Minimum of two employees per spill, with a four-hour minimum order.
- Response Time: Initial responder on-site within two hours for assessment and safety plan; initial response personnel and equipment on-site within three hours to commence cleanup.
- Compliance: Adherence to all applicable DoD, Air Force, federal, state, and local environmental regulations (e.g., CERCLA, CWA, RCRA, OSH Act).
- Security: Personnel must consent to LEADS background checks for installation access. Work in controlled areas requires escorts.
- Equipment: Contractor must provide all necessary supplies and equipment.
- Documentation: Contractor must document all labor, equipment, and materials, and ensure proper hazardous waste transportation and manifesting.
Submission Requirements
Interested parties must submit responses by March 23, 2026, at 11:00 AM CST. Questions regarding the RFI are due by March 19, 2026, at 2:00 PM CST. Required information includes: Contractor Name, Address, Point of Contact, Phone Number, Email, DUNS, CAGE Code, Business Type (e.g., Small, Women-Owned, SDVOSB), Number of Employees/Annual Revenue. DO NOT submit technical proposals or pricing information at this stage. Responses should be sent to both Ashley Bebout (ashley.bebout@us.af.mil) and Robert Duffy (robert.duffy.8@us.af.mil).
Attachments
- DRAFT RFI for Spill Response BPA
- Performance Work Statement Spills BPA (PDF version is current)
- Draft Pricing List
- RFI Response List (contains vendor questions and government clarifications)