Skip to content
Department of Defense

West Virginia Ordnance Works, Long Term Management of Operable Unit 1, 2, and 3

Solicitation: Not available
Notice ID: 8f69d240c11e4fe3b9e5e65b25be773a
TypeSpecial NoticeNAICS 541330PSCC219Set-Aside8ADepartmentDepartment of DefenseAgencyDept Of The ArmyStateWVPostedMar 13, 2026, 12:00 AM UTCDueApr 24, 2026, 05:00 PM UTCCloses in 43 days

Special Notice from DEPT OF THE ARMY • DEPT OF DEFENSE. Place of performance: WV. Response deadline: Apr 24, 2026. Industry: NAICS 541330 • PSC C219.

DoD CMMC Readiness
Modern compliance support by Federal Bid Partners

CMMC support options for this DoD solicitation

As DoD CMMC rollout expands, approximately 80%+ of DoD solicitations are expected to include cybersecurity/CMMC requirements, including many non-tech scopes.

Done-for-you service
CMMC start-to-finish with FBP
$2,000
Registered Practitioner logo
Guided by a Registered Practitioner with practical DoD workflow support.
  • Gap review, remediation roadmap, and implementation support
  • Policy package, evidence mapping, and submission prep
  • Designed for primes and subs across non-tech and tech work
Start CMMC with Federal Bid Partners →
AI-powered application
CMMC Pulsar™ start-to-finish
$399
CMMC Pulsar logo
First-of-its-kind CMMC Pulsar™ app to run your CMMC workflow with AI assistance.
  • Structured checklist, AI guidance, and progress tracking
  • Build evidence and controls with clearer next-step workflows
  • Ideal for teams that want speed plus affordability
Open CMMC Pulsar™ →
Requirements vary by acquisition and contract type; COTS-only exceptions may apply.

Market snapshot

Awarded-market signal for NAICS 541330 (last 12 months), benchmarked to sector 54.

12-month awarded value
$5,211,656,599
Sector total $5,862,792,794,522 • Share 0.1%
Live
Median
$386,815
P10–P90
$75,188$1,950,717
Volatility
Volatile200%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
0.1%
share
Momentum (last 3 vs prior 3 buckets)
+1016%($4,352,414,857)
Deal sizing
$386,815 median
Use as a pricing centerline.
Live signal is computed from awarded notices already observed in the system.
Signals shown are descriptive of observed awards; not a forecast.

Related hubs & trends

Navigate the lattice: hubs for browsing, trends for pricing signals.

We write these bids →
Open on SAM.gov →
Map for WV
Live POP
Place of performance
West Virginia • United States
State: WV
Contracting office
Not listed

Applicable Wage Determinations

SAM WDOL references matched to this opportunity's location and scope language.

WD Directory →
Best fit for this contractDavis-Bacon
WV20260041 (Rev 0)
Match signal: state matchOpen WD
Published Jan 02, 2026West Virginia • Mineral
Rate
ASBESTOS WORKER/HEAT & FROST INSULATOR
Base $46.50Fringe $29.43
Rate
BOILERMAKER
Base $47.13Fringe $28.93
+33 more occupation rates available in the full WD.
View more for this contract
3 more WD matches and 33 more rate previews.
Davis-BaconBest fitstate match
WV20260041 (Rev 0)
Open WD
Published Jan 02, 2026West Virginia • Mineral
Rate
ASBESTOS WORKER/HEAT & FROST INSULATOR
Base $46.50Fringe $29.43
Rate
BOILERMAKER
Base $47.13Fringe $28.93
Rate
TILE SETTER
Base $31.65Fringe $25.56
+32 more occupation rates in this WD
Davis-Baconstate match
WV20260069 (Rev 0)
Open WD
Published Jan 02, 2026West Virginia • Kanawha
Rate
INSULATOR - PIPE & PIPEWRAPPER
Base $38.05Fringe $28.47
Rate
CARPENTER (Includes Form Work; Excludes Scaffold Builder)
Base $29.00Fringe $22.41
Rate
MILLWRIGHT
Base $39.60Fringe $26.06
+28 more occupation rates in this WD
Davis-Baconstate match
WV20260087 (Rev 0)
Open WD
Published Jan 02, 2026West Virginia • McDowell
Rate
CARPENTER
Base $33.80Fringe $27.34
Rate
OPERATOR: Loader Six (6) cubic yards capacity and over
Base $40.35Fringe $20.30
Rate
OPERATOR: Crane
Base $40.35Fringe $20.30
+24 more occupation rates in this WD
Davis-Baconstate match
WV20260110 (Rev 0)
Open WD
Published Jan 02, 2026West Virginia • Hampshire, Morgan
Rate
CARPENTER
Base $30.00Fringe $25.06
Rate
OPERATOR: Crane
Base $40.35Fringe $20.30
Rate
OPERATOR: Backhoe/Excavator/Trackhoe
Base $37.59Fringe $20.30
+23 more occupation rates in this WD

Point of Contact

Name
Kari Rogers
Email
kari.a.rogers@usace.army.mil
Phone
Not available

Agency & Office

Department
DEPT OF DEFENSE
Agency
DEPT OF THE ARMY
Subagency
US ARMY CORPS OF ENGINEERS
Office
ENGINEER DIVISION GREAT LAKES AND OHIO • ENDIST LOUISVILLE
Contracting Office Address
Not available

More in NAICS 541330

Description

Special Notice 

The U.S. Army Corps of Engineers (USACE), Louisville District, intends 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 Revolutionary FAR Overhaul (RFO) 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 Special Notice 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

Files

Files size/type shown when available.

No downloadable attachments detected for this notice.

BidPulsar Analysis

A practical, capture-style breakdown of fit, requirements, risks, and next steps.

Analysis is being generated for this notice. Check back shortly.

FAQ

How do I use the Market Snapshot?

It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.

Is the data live?

The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.

What do P10 and P90 mean?

P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.