Groundwater Pump and Treatment System Operation Semi-Annual Groundwater Monitoring (FY26)

SOL #: W911QY-26-R-GROUNDWATERCombined Synopsis/Solicitation

Overview

Buyer

DEPT OF DEFENSE
Dept Of The Army
W6QK ACC-APG NATICK
NATICK, MA, 01760-5011, United States

Place of Performance

Natick, MA

NAICS

Remediation Services (562910)

PSC

Hazardous Substance Removal, Cleanup, And Disposal Services And Operational Support (F108)

Set Aside

Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14) (SDVOSBC)

Timeline

1
Posted
Jan 16, 2026
2
Last Updated
Feb 5, 2026
3
Submission Deadline
Feb 6, 2026, 5:00 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 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 services 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 for a firm-fixed-price (FFP) contract with a five-year period of performance. Proposals are due by 12:00 PM ET on February 6, 2026.

Opportunity Details

This Combined Synopsis/Solicitation seeks environmental remediation services for the groundwater pump and treatment system operation and semi-annual groundwater monitoring at three specific sites: NRDEC-05, NRDEC-11, and NRDEC-16. The contractor will perform all necessary environmental remediation work consistent with the Comprehensive Environmental Response, Compensation and Liability Act (CERCLA) and the Performance Work Statement (PWS). This is not a new requirement, building upon existing efforts.

Scope of Work

The contractor shall provide all personnel, equipment, supplies, and non-personal services for environmental remediation. This includes a wide range of activities such as site investigation, remedial design, remedial construction, remediation operations, and long-term management. Key objectives include addressing Trichloroethylene (TCE) and Tetrachloroethylene (PCE) groundwater contamination, developing a Project Management Plan (PMP), performing Remedial Action Operations (RA-O), supporting CERCLA 121(c) reviews, and implementing an exit strategy. Compliance with Federal, state, and local laws, including CERCLA, SARA, and the Federal Facility Agreement (FFA), is mandatory. The contractor must also be familiar with Chemical Warfare Materiel (CWM) and Munitions and Explosives of Concern (MEC protocols).

Contract & Timeline

  • Contract Type: Firm-Fixed-Price (FFP)
  • Period of Performance: Five years (one base year plus four option years), starting approximately February 23, 2026.
  • Set-Aside: 100% Service-Disabled Veteran-Owned Small Business (SDVOSB)
  • NAICS Code: 562910, Remediation Services (Size Standard: $25M)
  • Place of Performance: U.S. Army Soldier Systems Center, Natick, MA 01760
  • Proposal Due Date: February 6, 2026, by 12:00 PM ET
  • Published Date: January 29, 2026

Submission & Evaluation

Proposals will be evaluated based on a best-value tradeoff, considering Technical Capability, Past Performance, and Price. Technical Capability is significantly more important than Past Performance, which is more important than Price. Offerors must submit a comprehensive Volume I (Mission Capability) detailing their technical approach, understanding of the work, risk mitigation, scheduling, and management/staffing approach, including key personnel and qualifications. Volume II (Past Performance) requires up to three relevant project examples from the last five years. Volume III (Price) requires submission of the Pricing Schedule (Attachment #2). Offers must be emailed to Contract Specialist Chris Welsh (richard.c.welsh2.civ@army.mil) and Contracting Officer Alejandro Ayala (alejandro.ayala.civ@army.mil). Failure to submit a timely and compliant proposal may result in rejection.

Key Documents

Bidders should review the UPDATED 22 JAN Performance Work Statement (PWS) for full scope details and the UPDATED 22 JAN Solicitation for submission instructions and evaluation criteria. The UPDATED 22 JAN CLIN Structure provides the contract's financial and temporal breakdown. Historical groundwater monitoring reports and optimization plans are also available for context on site conditions and previous remediation efforts.

People

Points of Contact

Alejandro AyalaSECONDARY

Files

Files

Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download

Versions

Version 6
Combined Synopsis/Solicitation
Posted: Feb 5, 2026
View
Version 5
Combined Synopsis/Solicitation
Posted: Feb 5, 2026
View
Version 4Viewing
Combined Synopsis/Solicitation
Posted: Jan 29, 2026
Version 3
Combined Synopsis/Solicitation
Posted: Jan 26, 2026
View
Version 2
Combined Synopsis/Solicitation
Posted: Jan 22, 2026
View
Version 1
Combined Synopsis/Solicitation
Posted: Jan 16, 2026
View
Groundwater Pump and Treatment System Operation Semi-Annual Groundwater Monitoring (FY26) | GovScope