Pre-Solicitation Notice and Draft RFP for Environmental Remediation Services (ERS) Single Award Task Order Contract (SATOC) For the Shaw Air Force Base Optimized Remediation Contract (ORC)
Presolicitation from DEPT OF THE ARMY • DEPT OF DEFENSE. Place of performance: SC. Response deadline: Mar 13, 2026. Industry: NAICS 562910 • PSC F108.
Market snapshot
Awarded-market signal for NAICS 562910 (last 12 months), benchmarked to sector 56.
Related hubs & trends
Navigate the lattice: hubs for browsing, trends for pricing signals.
Point of Contact
Agency & Office
More in NAICS 562910
Description
Draft RFP PWS has been updated. See attached redline version. Also attached is the PWS enclosure 2C.
-----------------------------------------------------------------------------------------
This pre-solicitation notice and Draft RFP 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.
The intent for providing the pre-solicitation notice with the Draft RFP is to provide industry with information prior to the issuance of the RFP. This also provides an opportunity for industry to comment on the Draft RFP. Submit feedback and/or questions through ProjNET (see the attached Draft 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.
Note: The final approved solicitation will be issued in electronic format only and is anticipated to be available on or about 12 March 2026. Please note that the proposal due date will be specified in the solicitation when issued. When the final approved RFP is issued, 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.pdf
b. 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.
Please note there is a site visit schedule for 05 March 2026; attendee lists are due no later than 23 February 2025. See instructions in the attached Draft RFP and separately attached Site Visit Document.
Files
Files size/type shown when available.
BidPulsar Analysis
A practical, capture-style breakdown of fit, requirements, risks, and next steps.
FAQ
How do I use the Market Snapshot?
It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.
Is the data live?
The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.
What do P10 and P90 mean?
P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.