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, in support of the U.S. Army Natick Soldier Systems Center (NSSC), is soliciting proposals for Groundwater Pump and Treatment System Operation and Semi-Annual Groundwater Monitoring services. This requirement covers three sites (NRDEC-05, NRDEC-11, and NRDEC-16) at the U.S. Army NSSC in Natick, MA. This is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside for a single, firm-fixed-price (FFP) contract with a five-year period of performance. Proposals are due by 12:00 pm ET on January 30, 2026.
Scope of Work
The contractor will provide comprehensive environmental remediation services, including all necessary personnel, equipment, supplies, and non-personal services. The work must be consistent with the Comprehensive Environmental Response, Compensation and Liability Act (CERCLA) and other applicable regulations. Services encompass a wide range of activities such as site investigation, characterization, evaluation of remedial alternatives, remedial design, remedial construction, remediation operations, and long-term management of contaminated sites. The objective is to address groundwater contamination, specifically Trichloroethylene (TCE) and Tetrachloroethylene (PCE), as detailed in the Performance Work Statement (PWS).
Contract Details
- Contract Type: Firm-Fixed-Price (FFP)
- Set-Aside: 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) under FAR Part 13
- NAICS Code: 562910, Remediation Services (Size Standard: $25M)
- Period of Performance: Five years, consisting of one base period and four option periods.
- Place of Performance: U.S. Army Soldier Systems Center, Natick, MA.
- Key Personnel: Requirements include Project Manager, Senior Scientist/Engineer, Quality Assurance Manager, Quality Control Manager, and Wastewater Treatment Plant Operator.
Proposal Requirements & Evaluation
Offerors must submit proposals addressing Technical Capability (Volume I), Past Performance (Volume II), and Price (Volume III). Volume I should detail the technical approach, understanding of the work, risk mitigation, scheduling, and management/staffing approach, including key personnel qualifications. Volume II requires up to three examples of relevant projects within the last five years, focusing on optimization studies or CERCLA investigations. Volume III requires submission of the Pricing Schedule (CLIN Structure, Attachment #2).
The government intends to award a contract to the Offeror whose proposal represents the Best Value to the Government. Evaluation factors are weighted as follows: Mission Capability is significantly more important than Past Performance, which is more important than Price.
Submission Instructions
Proposals must be emailed to Contract Specialist Chris Welsh at richard.c.welsh2.civ@army.mil and Contracting Officer Alejandro Ayala at alejandro.ayala.civ@army.mil. Offers must be received no later than 12:00 pm ET on January 30, 2026. Late offers will not be considered. Contractors must be registered in the System for Award Management (SAM) at www.sam.gov to be eligible for award. The proposal due date will not be extended.