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 9, 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 seeking proposals for Groundwater Pump and Treatment System Operation and Semi-Annual Groundwater Monitoring services. This opportunity is for environmental remediation at three sites (NRDEC-05, NRDEC-11, and NRDEC-16) located at the U.S. Army Natick Soldier Systems Center (NSSC) in Natick, MA. This is a Combined Synopsis/Solicitation for a single, Firm-Fixed-Price (FFP) contract, 100% set-aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). Proposals are due by 12:00 PM ET on February 6, 2026.

Scope of Work

The contractor will provide all necessary personnel, equipment, supplies, and non-personal services for environmental remediation, ensuring compliance with the Comprehensive Environmental Response, Compensation and Liability Act (CERCLA). Services encompass a wide range of activities including site investigation, characterization, evaluation of remedial alternatives, remedial design, remedial construction, remediation of contaminated sites, remedial action operations (RA-O), and long-term management. Key deliverables, as detailed in the updated Performance Work Statement (PWS) dated January 22, 2026, include a detailed Project Management Plan (PMP), support for CERCLA 121(c) reviews, and development of an exit strategy for RA(O) activities.

Contract Details

  • Contract Type: Firm-Fixed-Price (FFP)
  • Period of Performance (PoP): One (1) base year plus four (4) option years, totaling five years.
  • Set-Aside: 100% Service-Disabled Veteran-Owned Small Business (SDVOSB), pursuant to FAR Part 13.
  • NAICS Code: 562910, Remediation Services, with a size standard of $25M.
  • Place of Performance: U.S. Army Soldier Systems Center, Natick, MA.
  • Key Personnel: Requirements include a Project Manager, Senior Scientist/Engineer, Quality Assurance Manager, Quality Control Manager, and Wastewater Treatment Plant Operator.
  • CLIN Structure: The updated CLIN structure (January 22, 2026) outlines specific Contract Line Item Numbers for various plans (e.g., PMP, QCP, HASP, QAPP, Optimization Plan) and annual Remedial Action Operations/Long Term Maintenance (RA(O)/LTM) services. Some CLINs are priced at $0.0, to be performed "IAW terms in the CDRL."

Evaluation Factors

Proposals will be evaluated based on Technical Capability, Price, and Past Performance. The government intends to make an award to the offeror whose proposal represents the Best Value to the Government. Mission Capability is significantly more important than Past Performance, which is more important than Price.

  • Mission Capability (Volume I): Requires a detailed technical approach, understanding of the work and risk mitigation, scheduling, and management/staffing approach with key personnel qualifications.
  • Past Performance (Volume II): Requires up to three project examples from the last five years, at least 90% complete, demonstrating technology application and baseline measurement.
  • Price (Volume III): Will be evaluated for reasonableness.

Submission Instructions & Deadlines

  • Proposals Due: No later than 12:00 PM ET on February 6, 2026.
  • Submission Method: 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).
  • Registration: Contractors must be registered in the System for Award Management (SAM) (www.sam.gov) to be eligible for award. Failure to submit a timely and compliant proposal may result in rejection.

Additional Context

An updated Quality Assurance Surveillance Plan (QASP) details government monitoring methods. Various historical reports, including Groundwater Monitoring Event reports, Optimization Plans, and the Record of Decision, provide critical insights into site conditions and remediation history at NSSC.

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 5Viewing
Combined Synopsis/Solicitation
Posted: Feb 5, 2026
Version 4
Combined Synopsis/Solicitation
Posted: Jan 29, 2026
View
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