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) services at the former Naval Industrial Reserve Ordnance Plant (NIROP) Groundwater Treatment Facility (GWTF) in Fridley, Minnesota. This 8(a) Set-Aside opportunity is specifically for Multiple Award Contract (MACC) Holders Only under the Navy Environmental Restoration Program (NERP). Proposals are due May 4, 2026, at 2:00 p.m. EDT.
Scope of Work
This Contract Task Order (CTO) requires the contractor to provide all labor, materials, tools, and services for the ongoing remedial action operation (RA-O) at NIROP Fridley Site 5. The comprehensive scope includes:
- Project Management & Meetings: Overall project oversight, planning, monthly reporting, and coordination.
- Planning Documents: Development of MNA/LTM work plans and sampling/analysis plans.
- O&M of the System: Daily to annual operation and maintenance of the GWTF, including inspections, repairs, 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: Management and reimbursement of utility costs (electricity, gas, water, internet).
- Data Validation & Reporting: Validation of sampling data and preparation of Annual Monitoring Reports (AMR). The contractor must comply with all applicable permits, federal, state, and local laws, and ensure personnel have OSHA-approved 40-hour Hazardous Waste Operations Training. Local staff are preferred for timely response.
Contract & Timeline
- Opportunity Type: Solicitation (Task Order under RAOMAC)
- Set-Aside: 8(a) Set-Aside (FAR 19.8) for MACC Holders Only
- Product/Service Code: C219 (Other Architect And Engineering Services)
- Period of Performance: One-year base term with four (4) additional one-year option periods.
- Proposal Due: May 4, 2026, 2:00 p.m. EDT
- Published Date: April 30, 2026
Evaluation & Submission
Award will be made to the responsible offeror providing the best value, expected to result from the lowest evaluated price. Evaluation will be based on price only. Proposals must be submitted electronically via the PIEE Solicitation Module in .pdf format; emailed submissions will not be accepted. Offerors must acknowledge receipt of Amendment 0001.
Key Documents & Clarifications
Amendment 0001, posted April 30, 2026, extended the due date and provided responses to Pre-Proposal Inquiries (PPIs), clarifying aspects like extraction well redevelopment, permit status, waste generation, and system fees. It also included invoices for permit fees and temporary capacity charges, and a fire alarm inspection report. The Department of Labor Wage Determination No.: 2015-4945, Revision No.: 30 applies, outlining minimum wage rates and fringe benefits for the specified geographic area. Instructions for PIEE vendor access are also provided.
Contact Information
For inquiries, contact Wesley Parker at wesley.t.parker2@navy.mil or 757-341-0073. Pre-Proposal Inquiries must be submitted in writing via email using the provided template.