Closed Solicitation · DEPT OF DEFENSE

    GROUNDWATER PUMP AND TREATMENT SYSTEM OPERATION SEMI-ANNUAL GROUNDWATER MONITORING (FY26)

    Sol. W911QY-26-R-GROUNDWATERCombined Synopsis/SolicitationSet-aside: Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)NATICK, MA
    Closed
    STATUS
    Closed
    closed Jan 30, 2026
    POSTED
    Jan 26, 2026
    Publication date
    NAICS CODE
    562910
    Primary industry classification
    PSC CODE
    F108
    Product & service classification

    AI Summary

    The U.S. Army is seeking proposals for environmental remediation services, specifically groundwater pump and treatment system operation and semi-annual monitoring. This is a five-year contract, 100% set-aside for Service Disabled Veteran Owned Small Businesses. Proposals must be submitted by 12:00 pm ET on January 30, 2026, to be considered.

    Contract details

    Solicitation No.
    W911QY-26-R-GROUNDWATER
    Notice Type
    Combined Synopsis/Solicitation
    Set-Aside
    Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
    Posted Date
    January 26, 2026
    Response Deadline
    January 30, 2026
    NAICS Code
    562910AI guide
    PSC / Class Code
    F108
    Issuing Office
    W6QK ACC-APG NATICK
    Primary Contact
    Chris Welsh
    City
    NATICK
    State
    MA
    ZIP Code
    01760-5011
    AI Product/Service
    service

    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 30 JAN 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.

    Key dates

    1. January 26, 2026Posted Date
    2. January 30, 2026Proposals / Responses Due

    AI search tags

    Frequently asked questions

    GROUNDWATER PUMP AND TREATMENT SYSTEM OPERATION SEMI-ANNUAL GROUNDWATER MONITORING (FY26) is a federal acquisition solicitation issued by DEPT OF DEFENSE. Review the full description, attachments, and submission requirements on SamSearch before the response deadline.

    SamSearch Platform

    Stop searching. Start winning.

    AI-powered intelligence for the right opportunities, the right leads, and the right time.