ContractSolicitation8a Competed

EV32 NIROP Fridley Site 5 O M

DEPT OF DEFENSE N4008526R0103
Response Deadline
May 21, 2026
13 days left
Days Remaining
13
Until deadline
Set-Aside
8a Competed
Notice Type
Solicitation

Contract Opportunity Analysis

NAVFAC Mid-Atlantic, under the Department of the Navy, is soliciting an 8(a) competed contract for operations and maintenance services at the NIROP Fridley Site 5 groundwater treatment facility in Fridley, Minnesota. The work includes project management, planning documents, system O&M, annual long-term monitoring, repair and major repair service calls, miscellaneous activities, utility cost reimbursement, and data validation and reporting. The contract covers a one-year base period with optional annual extensions for long-term monitoring, and award is based on the lowest evaluated price; the site is located at 54 Northern Stacks Dr, Fridley, MN. Offers must be submitted electronically through PIEE and are due May 21, 2026, at 2:00 p.m. EDT, with Solicitation N40085-26-R-0103 used to access the opportunity.

Classification Codes

NAICS Code
562910
Remediation Services
PSC Code
C219
ARCHITECT AND ENGINEERING- GENERAL: OTHER

Solicitation Documents

15 Files
Attachment 4_ Fridley Site 5 LTM Price Sheet.pdf
PDF67 KBMay 8, 2026
AI Summary
The provided document outlines the work elements for a government contract, likely an RFP, detailing various services required over a specified period. The period of performance extends to January 31, 2028. Key work elements include monthly project management and meetings, planning documents, monthly operation and maintenance (O&M) of the system, annual long-term maintenance (LTM), repair/service calls, major repair/service calls, miscellaneous activities, utility cost reimbursement, and data-related tasks. The document lists quantities for each work element, indicating 12 months for project management and O&M, and a lump sum (LS) for planning documents, annual LTM, repair/service calls, major repair/service calls, miscellaneous activities, utility cost reimbursement, and data. This structure suggests a comprehensive service contract with both recurring and one-time deliverables, focusing on system upkeep, management, and various support functions.
Attachment 5_ Wage Determination.pdf
PDF4694 KBMay 8, 2026
AI Summary
This document, Wage Determination No. 2015-4945, sets forth the minimum wage rates and fringe benefits for service contract employees in specific counties of Minnesota and Wisconsin, as directed by the U.S. Department of Labor. It lists various occupations, from administrative support to technical roles, with corresponding hourly rates. Key provisions include health and welfare benefits, vacation accrual, and eleven paid holidays annually. Special footnotes address computer employee exemptions and night/Sunday pay for air traffic controllers and weather observers. The document also details hazardous pay differentials for work with ordnance and uniform allowance requirements. It outlines the conformance process for unlisted occupations, ensuring fair compensation and compliance with the Service Contract Act and Executive Orders 13706 and 13658, which mandate paid sick leave and a minimum wage for federal contractors.
Attachment 2_PPI - EV32 Fridley Site 5.pdf
PDF55 KBMay 8, 2026
AI Summary
The provided document outlines a structured format for government responses to questions, likely within the context of federal or state RFPs or grants. It details sections for the question itself, the government responder's name and email, a reference number, the date submitted, and specific PPI and amendment numbers. This structure ensures clear, organized communication and accountability in official government procurement and funding processes.
Attachment 1_ PIEE Vendor Access Instructions.pdf
PDF509 KBMay 8, 2026
AI Summary
The Procurement Integrated Enterprise Environment (PIEE) Vendor Registration Guide outlines the process for vendors to register and manage accounts within the DoD's PIEE platform, specifically for the Solicitation Module. It details step-by-step instructions for new users to self-register and for existing users to add additional roles like 'Proposal Manager' (required for submitting offers) or 'Proposal View Only.' The guide covers creating a user ID, password, security questions, completing user and company profiles, and selecting appropriate solicitation roles using a CAGE Code. It also provides information on verifying registration, reviewing the Statement of Accountability, and submitting the registration. Support resources for getting started, account administration, and technical issues are included, along with a matrix detailing the actions and menu items available for each vendor role.
N4008526R0103 EV32 Fridley Site 5.pdf
PDF118 KBMay 8, 2026
AI Summary
The Naval Facilities Engineering Command, Mid-Atlantic (NAVFAC) has issued Solicitation N4008526R0103 for construction services at EV32, NIROP Fridley, Site 5, O&M, 8a, NIROP Fridley, Minnesota. This Contract Task Order (CTO) is under the Multiple Award Contract Remedial Action Operations Award Contract (s) (RAOMAC) and aims to complete tasks for the Navy Environmental Restoration Program (NERP) at the former Naval Industrial Reserve Ordnance Plant (NIROP) Groundwater Treatment Facility. The solicitation was issued on April 1, 2026, and proposals are due by May 4, 2026, at 2:00 PM EST, to be submitted electronically via PIEE. A site visit is scheduled for April 9, 2026. Award will be based on the lowest evaluated price, following fair opportunity procedures under FAR 16.505. The Department of Labor Wage Determination No. 2015-4945 Revision 30 applies to this work. Offerors must acknowledge all amendments and provide a cover page, price proposal form, and proof of SAM registration. Funding is not guaranteed, and offerors will not be reimbursed for proposal costs if no award is made.
Minnesota Pollution Control Agency.pdf
PDF206 KBMay 8, 2026
AI Summary
This document is an invoice from the Minnesota Pollution Control Agency (MPCA) for annual water permit fees, totaling $345.00 USD, due by May 8, 2025. It is addressed to the Former Naval Industrial Reserve Ordnance Plant for a Wastewater General Annual Permit Fee related to their facility in Fridley, Minnesota, for calendar year 2024. The invoice provides instructions for online payment, clarifies that fees are charged annually based on Minnesota Rules, chapter 7002, and outlines late payment penalties. It also details procedures for disputing fee amounts and making billing or contact changes, emphasizing that such changes are not accepted over the phone. A comprehensive table of water quality permit fees for various facility types and design flows is included.
PPI Response.pdf
PDF101 KBMay 8, 2026
AI Summary
This document addresses questions and answers related to a government Request for Proposal (RFP) concerning environmental remediation and facility operations. Key clarifications include the rejection of a one-week extension for proposal submission, details on extraction well redevelopment costs falling under Work Element 07, and confirmation that equipment purchase costs are covered under Service Call tasks. The document also provides updates on permit statuses, noting an expired NPDES permit under renewal and a recently renewed MCES permit, with the availability of recent permits. Information on waste generation indicates non-hazardous waste with varying volumes, and details are provided on polymer dosing rates and air stripper cleaning methods. Finally, the document outlines annual fees for internet and alarm system licenses, including specific costs.
Metro Council Inv 1184938.pdf
PDF20 KBMay 8, 2026
AI Summary
This document is an invoice from the Metropolitan Council Environmental Services to the U.S. Navy - NAVFAC for a Temporary Capacity Charge (TCC). The invoice, number 0001184938, dated March 11, 2025, bills $53.56 USD, due by April 10, 2025. This charge is based on a total wastewater volume of 42,847 gallons discharged during 2024 from a facility at 4800 E River Road, Fridley, MN 55421, at a rate of $1.25 per 1,000 gallons. The invoice specifies payment terms, contact information for questions, and methods for payment (check, credit card, ACH/EFT). Unpaid balances over 30 days are subject to a 1.5% monthly finance charge.
ec7aa2d55eb72fa9d8142735e0b0975c.pdf
PDF130 KBMay 8, 2026
AI Summary
The document is a Fire Alarm Inspection & Test report for the Fridley Groundwater Treatment Facility, conducted by Nardini Fire Equipment on April 23, 2025. The annual inspection, covering various components such as smoke detectors, pull stations, speakers, and the fire alarm control panel (Notifier NFS2-640), found no deficiencies. All 21 devices inspected passed, including eight smoke detectors, two manual pull stations, two relays to the control panel, two speakers, and seven speaker/strobes. The system's power supply and FACP batteries also passed functional and visual tests. The monitoring agency, Wright Hennepin, was notified of the testing, and all alarm and trouble signals were successfully received and restored. The report confirms the fire alarm system is in proper working order and compliant with safety standards.
26R0103 Amendment 0004 Combine.docx.pdf
PDF224 KBMay 8, 2026
AI Summary
Amendment 0004 to Solicitation N40085-26-R-0103, effective May 4, 2026, pertains to the EV32, NIROP Fridley, Site 5, Operations and Maintenance contract. The purpose of this amendment is to provide an updated PPI and a site visit sign-in sheet. Key clarifications include confirming the task order is for a one-year base with potential future optional years for annual Long-Term Monitoring (LTM). It specifies that 1,4 Dioxane analysis is not required, and addresses permit statuses, noting that the NPDES permit is currently expired but a renewal application has been submitted. Information on waste generation indicates non-hazardous waste with varying volumes, and details historical chemical dosing rates and air stripper cleaning methods. Annual fees for internet and alarm software are also clarified. The amendment also includes responses to various questions regarding monitoring locations, scope, permits, historical data availability, and bid form revisions.
26R0103 Amendment 0003 Combine pdf.pdf
PDF338 KBMay 8, 2026
AI Summary
This document is Amendment 0003 to Solicitation N40085-26-R-0103 for Operations and Maintenance (O&M) services at NIROP Fridley, Site 5, with an effective date of April 30, 2026. The amendment provides updates to the Previously Provided Information (PPI) and addresses questions regarding the scope of work. Key clarifications include confirming that 86 locations are subject to biennial monitoring in 2026, the task order is for a one-year base period with four optional one-year extensions for Long-Term Monitoring (LTM), and 1,4 Dioxane analysis is not required. The amendment also clarifies permit statuses, waste generation details, and annual fees for systems like internet and alarm software. The due date for electronic PIEE submissions is May 21, 2026, at 2:00 p.m. EDT.
26R0103 Amendment 0002.pdf
PDF178 KBMay 8, 2026
AI Summary
This document is an amendment (0002) to Solicitation No. N40085-26-R-0103, issued by NAVFAC MID ATLANTIC CONTRACTING CORE. The effective date of this amendment is April 30, 2026. The primary purpose is to extend the period of performance for the N40085-26-R-0103 EV32, NIROP Fridly, Site 5, O and M contract. The period of performance is extended from May 4, 2026, to May 21, 2026. This amendment also specifies the electronic PIEE due date as May 21, 2026, at 2:00 p.m. EDT. All other terms and conditions of the original solicitation remain unchanged. For inquiries, the contract point of contact is Wesley Parker.
26R0103 Amendment 0005.pdf
PDF198 KBMay 8, 2026
AI Summary
Amendment 0005 to Solicitation N40085-26-R-0103, issued by NAVFAC MID ATLANTIC, updates the summary price sheet for the NIROP Fridley, Site 5, O&M project, with an effective date of May 7, 2026. This amendment, dated April 1, 2026, extends the due date for electronic offers to May 21, 2026, at 2:00 p.m. EDT. It outlines various work elements for the project, including project management, planning documents, O&M of the system, annual long-term monitoring (LTM), repair/service calls, major repair/service calls, miscellaneous activities, utility cost reimbursement, and data. The period of performance extends to January 31, 2028, with options for four additional years. All other terms and conditions of the original solicitation remain unchanged. The contract point of contact is Wesley Parker.
26R0103 Amendment 0001.pdf
PDF177 KBMay 8, 2026
AI Summary
This document is Amendment/Modification 0001 to Solicitation N40085-26-R-0103, issued by NAVFAC MID ATLANTIC CONTRACTING CORE, with an effective date of April 30, 2026. The solicitation, originally dated April 1, 2026, pertains to the N40085-26-R-0103 EV32, NIROP Fridly, Site 5, O and M project. The purpose of this amendment is to provide responses to Pre-Proposal Inquiries and include additional documentation: a Fire Alarm Inspection Report, an Invoice for Temporary Capacity Change, and an Invoice for Water Permit Annual Fees. Offers must acknowledge receipt of this amendment. The electronic PIEE DUE DATE is May 4, 2026, at 2:00 p.m. EDT. All other terms and conditions of the original solicitation remain unchanged.
Attachment 3_REV 02_EV32 Fridley Site 5.pdf
PDF278 KBMay 8, 2026
AI Summary
This government file details a Contract Task Order (CTO) for the Naval Facilities Engineering Command, Atlantic, focusing on the Monitoring, Operation, Maintenance & Repairs (MOM&R) of the EV32, NIROP Fridley, Site 5 Groundwater Treatment Facility (GWTF) in Fridley, Minnesota. The project's goal is to support the Navy Environmental Restoration Program by ensuring the reliable operation of the GWTF for groundwater remediation. The CTO outlines nine work elements: Project Management and Meetings, Planning Documents, O&M of the System, Annual Long-Term Monitoring (LTM), Repair/Service Calls, Major Repair/Service Calls, Miscellaneous Activities, Utility Cost Reimbursement, and Data Validation & Reporting. Key aspects include daily, weekly, monthly, quarterly, semi-annual, and annual O&M tasks, groundwater sampling for VOCs, strict quality control, emergency response protocols, and adherence to various permits. The contractor is responsible for all labor, materials, and equipment, as well as compliance with federal, state, and local regulations. All data and documents generated must be submitted to the Naval Installation Restoration Information Solution (NIRIS).

Related Contract Opportunities

Project Timeline

postedOriginal Solicitation PostedApr 1, 2026
amendedAmendment #1· Description UpdatedApr 30, 2026
amendedAmendment #2Apr 30, 2026
amendedAmendment #3· Description UpdatedApr 30, 2026
amendedAmendment #4· Description UpdatedMay 4, 2026
amendedAmendment #5May 7, 2026
amendedAmendment #6May 7, 2026
amendedLatest AmendmentMay 8, 2026
deadlineResponse DeadlineMay 21, 2026
expiryArchive DateMay 8, 2027

Agency Information

Department
DEPT OF DEFENSE
Sub-Tier
DEPT OF THE NAVY
Office
NAVFACSYSCOM MID-ATLANTIC

Point of Contact

Place of Performance

Fridley, Minnesota, UNITED STATES
54 Northern Stacks Dr, Fridley, MN 55432

Official Sources