EV32 NIROP Fridley Site 5 O M
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 Navy, NAVFACSYSCOM MID-ATLANTIC, is soliciting proposals for Monitoring, Operation, Maintenance & Repairs (MOM&R) for the Groundwater Treatment Facility (GWTF) at the former Naval Industrial Reserve Ordnance Plant (NIROP) Site 5 in Fridley, MN. This 8(a) Set-Aside opportunity, under Solicitation N4008526R0103, supports the Navy Environmental Restoration Program (NERP) to prevent contaminated groundwater migration. Proposals are due May 21, 2026, at 2:00 p.m. EDT.
Scope of Work
The contractor will provide all necessary labor, materials, and equipment for the comprehensive operation and maintenance of the GWTF system. Key tasks include:
- Project Management: Overall planning, monthly status reporting, and coordination meetings.
- Planning Documents: Development of MNA/LTM work plans and sampling/analysis plans.
- System O&M: Daily, weekly, monthly, quarterly, semi-annual, and annual activities, including inspections, maintenance, and data management.
- Annual Long-Term Monitoring (LTM): Sampling for volatile organic compounds (VOCs) and other parameters.
- Repair/Service Calls: Performing minor, moderate, and optional major service calls.
- Miscellaneous Activities: Managing spare parts, waste disposal, training, and permit compliance.
- Utility Cost Reimbursement: Managing and reimbursing costs for electricity, natural gas, water, sewer, stormwater, and dedicated internet for the SCADA system.
- Data Validation & Reporting: Validation of sampling data and preparation of Annual Monitoring Reports (AMR).
Contract Details
- Type: Task Order under an existing Multiple Award Contract (RAOMAC), issued on a fair opportunity basis (FAR 16.505).
- Set-Aside: 8(a) Set-Aside (FAR 19.8).
- Period of Performance: One base year with four (4) additional one-year option periods.
- Place of Performance: 54 Northern Stacks Dr, Fridley, MN 55432, United States.
- Product/Service Code: C219 - Other Architect And Engineering Services.
Submission & Evaluation
- Proposal Due Date: May 21, 2026, at 2:00 p.m. EDT.
- Submission Method: Electronically via the PIEE Solicitation Module in .pdf format. Emailed submissions will not be accepted. Bidders must follow PIEE Vendor Access Instructions (Attachment 1).
- Pre-Proposal Inquiries (PPIs): Must be submitted in writing via email to Wesley Parker using the "Attachment 2 Pre-Proposal Inquiry Form" template, no later than 10 calendar days prior to the proposal due date.
- Basis for Award: Award will be made to the responsible offeror providing the best value, expected to result from the lowest evaluated price (price only).
- Required Submissions: Cover page, Price Proposal Form (Attachment 4), acknowledgment of all amendments, Representation and Certifications, and proof of SAM registration.
- Wage Determination: Department of Labor Wage Determination No.: 2015-4945 Revision 30 applies for labor costs in Minnesota and Wisconsin counties.
Amendments & Clarifications
Multiple amendments have been issued, primarily extending the proposal due date to May 21, 2026, updating the PPI, and clarifying the Contract Point of Contact. A Q&A document (PPI Response) provides clarifications on operational aspects, permit status, waste generation, and system fees.
Contact Information
Primary Point of Contact: Wesley Parker, wesley.t.parker.civ@us.navy.mil, 757-341-0073.