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, 6:00 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) services at the former Naval Industrial Reserve Ordnance Plant (NIROP) Groundwater Treatment Facility (GWTF) in Fridley, Minnesota. This opportunity, identified as N4008526R0103, is a Solicitation for a Task Order under an existing Multiple Award Contract. Proposals are due May 21, 2026, at 2:00 p.m. EDT.

Scope of Work

The contractor will provide all necessary labor, materials, tools, supplies, equipment, transportation, services, project management, permits, and contract administration. The primary objective is to continue remedial action operations (RA-O) at the GWTF to meet Navy environmental restoration program requirements and prevent contaminated groundwater migration. Key work elements include:

  • Project Management and Meetings: Planning, monthly status reporting, coordination.
  • Planning Documents: Development of MNA/LTM work plans and sampling/analysis plans.
  • O&M of the System: Daily to annual operation and maintenance activities, inspections, repairs, and data management.
  • Annual Long-Term Monitoring (LTM): Sampling for volatile organic compounds (VOCs) and other parameters.
  • Repair/Service Calls: Minor, moderate, and optional major service calls.
  • Miscellaneous Activities: Spare parts inventory, waste disposal, training, permit compliance.
  • Utility Cost Reimbursement: Management and reimbursement of electricity, natural gas, water, sewer, stormwater, and internet for the SCADA system.
  • Data Validation & Reporting: Validation for sampling events and preparation of Annual Monitoring Reports.

Contract Details & Requirements

This is a Task Order issued under the Multiple Award Contract Remedial Action Operations Award Contract (RAOMAC), specifically a 8(a) Set-Aside (FAR 19.8). The award will be made on a fair opportunity basis pursuant to FAR 16.505. 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.

Submission & Evaluation

Proposals must be submitted electronically via the PIEE Solicitation Module in .pdf format; emailed submissions will not be accepted. The award will be based on the best value to the Government, expected to result from the lowest evaluated price (evaluation will be based on price only). Offerors must submit a cover page, Price Proposal Form, acknowledge all amendments, and provide copies of Representations and Certifications and proof of SAM registration. Pre-Proposal Inquiries (PPIs) were to be submitted in writing using the "Attachment 2 Pre-Proposal Inquiry Form."

Key Amendments & Clarifications

  • Amendment 0002 and 0003 extended the proposal due date to May 21, 2026, at 2:00 p.m. EDT.
  • Amendment 0001 provided responses to PPIs, a Fire Alarm Inspection Report, and invoices.
  • Amendment 0004 provided updated PPI and the Site Visit Sign-In Sheet.
  • PPI Responses clarified details on extraction well redevelopment, permit status (NPDES expired, MCES renewed), waste generation, annual monitoring report status, chemical dosing, air stripper cleaning methods, and system fees (cellular internet, Win911 software).
  • The pricing sheet (Attachment 4) outlines work elements and requires bidders to complete 'Unit Price' and 'Amount' columns.

Important Notes

A site visit was scheduled for April 9, 2026. Offerors are advised that funding may not be available, and no award will be made if funds are not available. Offerors will not be reimbursed for any effort or proposal costs. All terms and conditions of the N4008524D0106/0107/0108/0109 IDIQ Contract apply. The Navy prefers staff to be local to the Fridley/Minneapolis-St. Paul area.

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 6Viewing
Solicitation
Posted: May 4, 2026
Version 5
Solicitation
Posted: May 4, 2026
View
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