EV32 NIROP Fridley Site 5 O M

SOL #: N4008526R0103Solicitation

Overview

Buyer

Dept Of Defense
Dept Of The Navy
NAVFACSYSCOM MID-ATLANTIC
NORFOLK, VA, 23511-0395, United States

Place of Performance

Fridley, MN

NAICS

Remediation Services (562910)

PSC

Other Architect And Engineering Services (C219)

Set Aside

8(a) Set-Aside (FAR 19.8) (8A)

Timeline

1
Posted
Apr 1, 2026
2
Last Updated
May 8, 2026
3
Submission Deadline
May 21, 2026, 7:00 PM

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 has issued a Solicitation (N4008526R0103) for a Task Order under the Multiple Award Contract Remedial Action Operations Award Contract (RAOMAC). This opportunity is for Monitoring, Operation, Maintenance & Repairs (MOM&R) of the Remedial Action Operation (RA-O) at the former Naval Industrial Reserve Ordnance Plant (NIROP) Groundwater Treatment Facility (GWTF) in Fridley, Minnesota. The objective is to ensure the Navy meets its environmental restoration program requirements and prevents contaminated groundwater migration. This is an 8(a) Set-Aside (FAR 19.8). Proposals are due May 21, 2026.

Scope of Work

The contractor will provide all necessary labor, materials, tools, supplies, equipment, transportation, services, project management, permits, and contract administration. Key tasks include:

  • Project Management & Planning: Overall project management, monthly status reporting, and development of MNA/LTM work plans and sampling/analysis plans.
  • System Operation & Maintenance: Day-to-day O&M of the GWTF system, covering daily, weekly, monthly, quarterly, semi-annual, and annual activities such as inspections, maintenance, repairs, and data management.
  • Annual Long-Term Monitoring (LTM): Performing annual sampling of the system and groundwater for volatile organic compounds (VOCs) and other parameters.
  • Repair & Service Calls: Performing minor, moderate, and optional major service calls for maintenance and significant repairs.
  • Miscellaneous Activities: Managing spare parts inventory, waste disposal, training, and ensuring permit compliance.
  • Utility & Data Management: Managing and reimbursing utility costs (electricity, natural gas, water, sewer, stormwater, dedicated internet for SCADA) and performing data validation for sampling events and preparing Annual Monitoring Reports.

Contract Details

This is a Task Order under an existing Multiple Award Contract (RAOMAC). The period of performance includes a one-year base term with four (4) additional one-year option periods. The Department of Labor Wage Determination No.: 2015-4945 Revision 30 applies, covering specific wage rates and fringe benefits for Minnesota and Wisconsin counties. Recurring costs include annual water permit fees ($345) and temporary wastewater capacity charges.

Submission & Evaluation

Proposals must be submitted electronically via the PIEE Solicitation Module in .pdf format; emailed submissions will not be accepted. Offerors must submit a cover page, Price Proposal Form (Attachment 4), acknowledge all amendments, provide Representation and Certifications, and proof of SAM registration. Award will be based on the best value, expected to result from the lowest evaluated price (price only).

Key Dates & Contact

  • Proposal Due Date: May 21, 2026, 7:00 PM UTC.
  • Pre-Proposal Inquiries (PPIs) must be submitted in writing via email to the primary contact using the provided template (Attachment 2).
  • Primary Contact: Wesley Parker, wesley.t.parker.civ@us.navy.mil, 7573410073.

Additional Notes

Amendment 0001 provided responses to PPIs and included various reports and invoices. Clarifications from Q&A indicate costs for extraction well redevelopment are under Work Element 07, the NPDES permit is expired (renewal submitted), and past waste has been non-hazardous. Bidders should refer to Attachment 1 for PIEE Vendor Access Instructions.

People

Points of Contact

Files

Files

Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download

Versions

Version 10
Solicitation
Posted: May 8, 2026
View
Version 9
Solicitation
Posted: May 8, 2026
View
Version 8
Solicitation
Posted: May 7, 2026
View
Version 7
Solicitation
Posted: May 7, 2026
View
Version 6
Solicitation
Posted: May 4, 2026
View
Version 5
Solicitation
Posted: May 4, 2026
View
Version 4Viewing
Solicitation
Posted: Apr 30, 2026
Version 3
Solicitation
Posted: Apr 30, 2026
View
Version 2
Solicitation
Posted: Apr 30, 2026
View
Version 1
Solicitation
Posted: Apr 1, 2026
View