- 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
West Virginia Ordnance Works, Long Term Management of Operable Unit 1, 2, and 3
Special Notice from DEPT OF THE ARMY • DEPT OF DEFENSE. Place of performance: WV. Response deadline: Apr 24, 2026. Industry: NAICS 541330 • PSC C219.
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.
- Structured checklist, AI guidance, and progress tracking
- Build evidence and controls with clearer next-step workflows
- Ideal for teams that want speed plus affordability
Market snapshot
Awarded-market signal for NAICS 541330 (last 12 months), benchmarked to sector 54.
Related hubs & trends
Navigate the lattice: hubs for browsing, trends for pricing signals.
Applicable Wage Determinations
SAM WDOL references matched to this opportunity's location and scope language.
View more for this contract3 more WD matches and 33 more rate previews.↓
Point of Contact
Agency & Office
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:
- Redevelopment of existing, inactive groundwater wells and construction of new well pads to serve as replacements in the LTM network.
- Site and soil cover/cap maintenance (mowing).
- 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:
- 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.
- 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.
BidPulsar Analysis
A practical, capture-style breakdown of fit, requirements, risks, and next steps.
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.