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, is soliciting proposals for Monitoring, Operation, Maintenance & Repairs (MOM&R) of the Groundwater Treatment Facility (GWTF) at the former Naval Industrial Reserve Ordnance Plant (NIROP) Fridley, Site 5, Minnesota. This 8(a) Set-Aside opportunity, identified as Solicitation N4008526R0103, aims to continue remedial action operations and prevent contaminated groundwater migration. Proposals are due by May 21, 2026, at 7:00 PM EDT.

Scope of Work

The contractor will furnish all necessary labor, materials, tools, and services for the comprehensive MOM&R of the GWTF. The scope includes:

  • Project Management and Meetings: Overall project oversight, planning, monthly status reporting, and coordination meetings.
  • Planning Documents: Development of MNA/LTM work plans and sampling/analysis plans.
  • O&M of the System: Day-to-day operation and maintenance 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 activities.
  • Miscellaneous Activities: Managing spare parts inventory, waste disposal, training, and permit compliance.
  • Utility Cost Reimbursement: Managing and reimbursing utility costs (electricity, natural gas, water, sewer, stormwater) and dedicated internet service for the SCADA system.
  • Data Validation & Reporting: Data validation for sampling events and preparation of draft/final Annual Monitoring Reports (AMR).

Contract Details & Timeline

  • Opportunity Type: Solicitation (N4008526R0103)
  • Set-Aside: 8(a) Set-Aside (FAR 19.8)
  • Contract Type: Task Order under an existing Multiple Award Contract Remedial Action Operations Award Contract (RAOMAC), awarded on a fair opportunity basis pursuant to FAR 16.505.
  • Period of Performance: One-year base term with four (4) additional one-year option periods.
  • Place of Performance: 54 Northern Stacks Dr, Fridley, MN 55432, United States.
  • Proposal Due Date: May 21, 2026, 7:00 PM EDT.
  • Published Date: May 4, 2026.
  • Site Visit: A site visit was held on April 9, 2026.

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, acknowledge all amendments (including Amendment 0001 which provided PPI responses and various reports), provide Representations and Certifications, and proof of SAM registration. Award will be made to the responsible offeror offering the best value, expected to result from the lowest evaluated price (evaluation based on price only). Pre-Proposal Inquiries (PPIs) were to be submitted via email using the provided template no later than 10 calendar days prior to the original proposal due date.

Key Requirements & Notes

  • Compliance with all applicable operating permits, federal, state, and local laws, and USEPA/MPCA guidance is mandatory.
  • Personnel must have OSHA-approved 40-hour Hazardous Waste Operations Training. The Navy prefers staff local to the Fridley/Minneapolis-St. Paul area for timely response.
  • All data must be loaded into the Naval Installation Restoration Information Solution (NIRIS).
  • Department of Labor Wage Determination No.: 2015-4945 Revision 30 applies.
  • Funding is not guaranteed, and no award will be made if funds are unavailable. Offerors will not be reimbursed for proposal costs.
  • Bidders must register and obtain appropriate roles (e.g., Proposal Manager) in the PIEE platform to submit offers.

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 5Viewing
Solicitation
Posted: May 4, 2026
Version 4
Solicitation
Posted: Apr 30, 2026
View
Version 3
Solicitation
Posted: Apr 30, 2026
View
Version 2
Solicitation
Posted: Apr 30, 2026
View
Version 1
Solicitation
Posted: Apr 1, 2026
View