Active Solicitation

    NOTICE OF INTENT - WEST VIRGINIA ORDNANCE WORKS, LONG TERM MANAGEMENT OF OPERABLE UNIT 1, 2, AND 3

    Federal procurement opportunity
    Special NoticeSet-aside: 8(a) Set-Aside (FAR 19.8)
    Open · 1d remaining
    DAYS TO CLOSE
    1
    closes Apr 24, 2026
    POSTED
    Mar 9, 2026
    Publication date
    NAICS CODE
    541330
    Primary industry classification
    PSC CODE
    C219
    Product & service classification

    AI Summary

    The U.S. Army Corps of Engineers intends to award a sole-source contract modification for long-term management services at the Former West Virginia Ordnance Works. The work includes groundwater monitoring, site maintenance, and project documentation. Interested parties may submit capability statements by March 24, 2026, to be considered.

    Contract details

    Notice Type
    Special Notice
    Set-Aside
    8(a) Set-Aside (FAR 19.8)
    Posted Date
    March 9, 2026
    Response Deadline
    April 24, 2026
    NAICS Code
    541330AI guide
    PSC / Class Code
    C219
    Primary Contact
    Kari Rogers
    AI Product/Service
    service

    Description

    The U.S. Army Corps of Engineers (USACE), Louisville District, hereby provides a notice of its intent to award a sole-source contract modification to SRS-Alliant JV (CAGE: 866A1, UEI: C31QGN9M27Q7) under Contract No. W912QR21D0043, Delivery Order No. W912QR25FA020.

    The Former West Virginia Ordnance Works is a Formerly Used Defense Site (FUDS) requiring ongoing Long-Term Management (LTM) for Operable Unit (OU) 1, OU-2, and OU-3. Current LTM activities include monitoring and sampling of groundwater, surface water, and sediment; reporting; and regulatory support in compliance with the Comprehensive Environmental Response, Compensation, and Liability Act (CERCLA).

    The purpose of this modification is to procure environmental services at the Former West Virginia Ordnance Works (WVOW) Formerly Used Defense Site (FUDS). Due to unforeseen private land development at the site, several compliance groundwater monitoring wells in the Long-Term Management (LTM) network have become inaccessible. To ensure the project remains in compliance with its Record of Decisions, the following additional services are required:

    1. Redevelopment of existing, inactive groundwater wells and construction of new well pads to serve as replacements in the LTM network.
    2. Site and soil cover/cap maintenance (mowing).
    3. Project document organization.

    AUTHORITY AND JUSTIFICATION

    This action is being procured pursuant to 10 U.S.C. 3204(a)(1) as implemented by Federal Acquisition Regulation (FAR) 6.103-1, Only One Responsible Source and no other supplies or services will satisfy agency requirements.

    SRS-Alliant JV is the incumbent contractor currently performing the LTM services at the site. Awarding this requirement to any other source would result in:

    1. Substantial Duplication of Cost: A new contractor would be required to replicate project management plans, safety plans, and quality control plans already developed by SRS-Alliant, resulting in a significant and unrecoverable duplication of cost to the Government.
    2. Unacceptable Delays: The time required for a new competitive procurement and contractor onboarding would delay the critical field work by an estimated 9 to 12 months, jeopardizing compliance with environmental regulations.

    SRS-Alliant JV possesses unique, site-specific knowledge and is already mobilized, making them the only source capable of performing these emergent tasks without causing this unacceptable cost and schedule impact.

    SUBMISSION INSTRUCTIONS

    This notice of intent is not a request for competitive proposals. However, all responsible sources may submit a capability statement, proposal, or quotation which shall be considered by the agency. Interested parties who believe they possess the capability to perform the required work without causing the substantial duplication of cost or unacceptable delays described herein are invited to submit a detailed capability statement.

    The capability statement must demonstrate the firm's ability to seamlessly integrate with the ongoing project and meet all requirements without the need for a lengthy ramp-up period or the development of duplicative project documents.

    RESPONSE DUE DATE

    Capability statements must be submitted via email to the primary point of contact no later than 24 March 2026 at 1:00 PM Eastern Time.

    PRIMARY POINT OF CONTACT

    • Name: Kari Rogers
    • Email: kari.a.rogers@usace.army.mil

    Key dates

    1. March 9, 2026Posted Date
    2. April 24, 2026Proposals / Responses Due

    AI search tags

    Frequently asked questions

    NOTICE OF INTENT - WEST VIRGINIA ORDNANCE WORKS, LONG TERM MANAGEMENT OF OPERABLE UNIT 1, 2, AND 3 is a federal acquisition solicitation. 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.