Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 07, 2026 SAM #8839
SOLICITATION NOTICE

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

Notice Date
2/5/2026 9:32:57 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
562910 — Remediation Services
 
Contracting Office
W6QK ACC-APG NATICK NATICK MA 01760-5011 USA
 
ZIP Code
01760-5011
 
Solicitation Number
W911QY-26-R-GROUNDWATER
 
Response Due
2/9/2026 9:00:00 AM
 
Archive Date
02/24/2026
 
Point of Contact
Chris Welsh, Alejandro Ayala
 
E-Mail Address
richard.c.welsh2.civ@army.mil, alejandro.ayala.civ@army.mil
(richard.c.welsh2.civ@army.mil, alejandro.ayala.civ@army.mil)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business Set Aside
 
Description
Background: 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), Department of Public Works (DPW), Army Environmental Command located in Natick, MA 01760, has a requirement to provide environmental remediation services for the groundwater pump and treatment system operation and semi-annual groundwater monitoring services for three (3) sites: NRDEC-05, NRDEC-11, and NRDEC-16 at the U.S. Army NSSC. The Contractor shall perform all the necessary environmental remediation work required to meet the contract requirements of the Performance Work Statement (PWS) in a manner that is consistent with Comprehensive Environmental Response, Compensation and Liability Act (CERCLA). The Contractor shall provide all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, other items, and non-personal services necessary to complete the contract requirements specified in Table 1 of the PWS, except for those items specified as Government furnished property and services. The Contractor shall demonstrate the capability and experience to perform a wide range of investigative, remedial design, remedial construction, and remediation services required for hazardous substance and waste sites. Work may include (for example): site investigation, site characterization, evaluation of remedial alternatives, remedial design, remedial construction, remediation of contaminated sites, remedial action (operations), and long-term management. The Contractor shall perform to all the standards in the PWS. See attached PWS (UPDATED 22 JANUARY 2026) for full scope of work to be performed. The government intends to award a single, firm-fixed-price (FFP) contract for the environmental remediation services as a result of this Combined Synopsis/Solicitation. All timely offers will be considered, and proposal submission shall be in accordance with Submission Instructions contained herein. Evaluation factors are Technical Capability, Price, and Past Performance. The Government intends to make award to the Offeror whose proposal represents the Best Value to the Government. The Period of Performance (PoP) will be a five-year contract consisting of one (1) base period plus four (4) option periods. This non-personal services contract will be 100% set-aside for a Service Disabled Veteran Owned Small Business (SDVOSB), pursuant to Federal Acquisition Regulation (FAR) Part 13 procedures. The North American Industry Classification System (NAICS) code is 562910, Remediation Services, and the size standard is $25M. The Army�s Office for Small Business Programs concurs with the 100% SDVOSB set-aside determination. Incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2025-01. FAR Clauses 52.212-1 through 52.212-5 and DFARS 52.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (see www.acquisition.gov) apply to this procurement. Contractors must be registered in the System for Award Management (SAM) (https://www.sam.gov) to be eligible for award. Instructions for registration are available at the website. Any additional contract requirement(s) or terms and conditions determined by the Contracting Officer to be necessary for this acquisition and consistent with customary commercial practices shall apply. FAILURE TO SUBMIT A TIMELY PROPOSAL EXACTLY IN ACCORDANCE WITH THE SUBMISSION INSTRUCTIONS MAY RESULT IN THE OFFEROR�S PROPOSAL BEING REJECTED AS UNACCEPTABLE OR NONCOMPLIANT, AND THEREFORE INELIGIBLE FOR AWARD CONSIDERATION. Offers shall be emailed to the Contract Specialist Chris Welsh at richard.c.welsh2.civ@army.mil and to the Contracting Officer Alejandro (Alex) Ayala at alejandro.ayala.civ@army.mil. Offers must be received no later than 12:00 pm ET on 09 FEB 2026. Offers received after this date and time are late and will not be considered for award. For information on this acquisition, contact Chris Welsh at richard.c.welsh2.civ@army.mil and Alejandro (Alex) Ayala at alejandro.ayala.civ@army.mil via email only.
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/d28b4e8f0a70495a9b062e282c13dc73/view)
 
Place of Performance
Address: Natick, MA 01760, USA
Zip Code: 01760
Country: USA
 
Record
SN07705604-F 20260207/260205230039 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2026, Loren Data Corp.