West Virginia Ordnance Works, Long Term Management of Operable Unit 1, 2, and 3
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 Corps of Engineers (USACE), Louisville District, intends to award a sole-source contract modification to SRS-Alliant JV (Contract No. W912QR21D0043, Delivery Order No. W912QR25FA020). This modification is for Long-Term Management (LTM) services at the Former West Virginia Ordnance Works (WVOW) Formerly Used Defense Site (FUDS), specifically for Operable Units 1, 2, and 3. The purpose is to procure environmental services, including addressing inaccessible groundwater monitoring wells due to unforeseen private land development. While the underlying contract vehicle may be an 8(a) Set-Aside, this specific action is justified as sole-source due to unique circumstances. Capability statements are due by March 24, 2026, at 1:00 PM Eastern Time.
Scope of Work
The requirement involves ongoing LTM activities, including:
- Monitoring and sampling of groundwater, surface water, and sediment.
- Reporting and regulatory support in compliance with CERCLA.
Additional services required due to site changes include:
- Redevelopment of existing, inactive groundwater wells and construction of new well pads to replace inaccessible wells in the LTM network.
- Site and soil cover/cap maintenance (mowing).
- Project document organization.
Contract & Timeline
- Type: Special Notice (Intent to Sole Source Contract Modification)
- Contract Vehicle: Modification to existing Contract No. W912QR21D0043, Delivery Order No. W912QR25FA020.
- Incumbent Contractor: SRS-Alliant JV
- Authority: 10 U.S.C. 3204(a)(1) as implemented by FAR 6.103-1 (Only One Responsible Source).
- Set-Aside: 8(a) Set-Aside (FAR 19.8) (for the underlying contract, this modification is sole-source).
- Response Due: March 24, 2026, 1:00 PM ET.
- Published: March 13, 2026.
- Place of Performance: West Virginia.
Justification & Submission Instructions
This is not a request for competitive proposals. The sole-source justification is based on:
- Substantial Duplication of Cost: A new contractor would incur significant, unrecoverable costs to replicate project management, safety, and quality control plans already developed by SRS-Alliant JV.
- Unacceptable Delays: A new procurement and contractor onboarding would cause 9-12 months of delay, jeopardizing environmental compliance. SRS-Alliant JV possesses unique, site-specific knowledge and is already mobilized, making them the only source capable of performing these emergent tasks without adverse impacts.
However, all responsible sources may submit a detailed capability statement if they believe they can perform the required work without causing the described cost duplication or unacceptable delays. Statements must demonstrate seamless integration, meeting all requirements without lengthy ramp-up or duplicative documents.
Point of Contact
- Name: Kari Rogers
- Email: kari.a.rogers@usace.army.mil