Groundwater Pump and Treatment System Operation Semi-Annual Groundwater Monitoring (FY26)
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 U.S. Army Contracting Command - Aberdeen Proving Ground (ACC-APG), Natick Division, is soliciting proposals for Groundwater Pump and Treatment System Operation and Semi-Annual Groundwater Monitoring at the U.S. Army Natick Soldier Systems Center (NSSC) in Natick, MA. This is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside. The contract aims to provide comprehensive environmental remediation services for three specific sites (NRDEC-05, NRDEC-11, and NRDEC-16) to address groundwater contamination. Proposals are due Monday, February 9, 2026, at 12:00 PM EST.
Scope of Work
The contractor will provide all necessary personnel, equipment, supplies, and non-personal services for environmental remediation. This includes site investigation, characterization, evaluation of remedial alternatives, remedial design, construction, operations, and long-term management, all consistent with Comprehensive Environmental Response, Compensation and Liability Act (CERCLA) requirements. Key personnel such as a Project Manager, Senior Scientist/Engineer, Quality Assurance Manager, Quality Control Manager, and Wastewater Treatment Plant Operator are required. The work involves addressing Trichloroethylene (TCE) and Tetrachloroethylene (PCE) contamination.
Contract Details
- Contract Type: Single, Firm-Fixed-Price (FFP) contract.
- Period of Performance: One base year plus four option years, totaling five years.
- Set-Aside: 100% Service-Disabled Veteran-Owned Small Business (SDVOSB).
- NAICS Code: 562910, Remediation Services, with a $25M size standard.
- Place of Performance: U.S. Army Soldier Systems Center, Natick, MA.
Evaluation and Submission
Award will be made based on a Best Value Tradeoff approach. Evaluation factors include:
- Technical Capability (Volume I): Significantly more important than Past Performance. Focuses on technical approach, understanding of work, risk mitigation, scheduling, management, organization, staffing, and key personnel qualifications.
- Past Performance (Volume II): More important than Price. Requires up to three project examples from the last five years related to optimization studies or CERCLA investigations.
- Price (Volume III): Evaluated for reasonableness based on the provided CLIN structure (Attachment #2).
Offers must be emailed to Chris Welsh (richard.c.welsh2.civ@army.mil) and Alejandro Ayala (alejandro.ayala.civ@army.mil). SAM registration is required. Site visits are not permitted for this requirement.