Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 11, 2026 SAM #8871
SPECIAL NOTICE

C -- Notice of Intent - West Virginia Ordnance Works, Long Term Management of Operable Unit 1, 2, and 3

Notice Date
3/9/2026 10:44:49 AM
 
Notice Type
Special Notice
 
NAICS
541330 — Engineering Services
 
Contracting Office
ENDIST LOUISVILLE
 
ZIP Code
00000
 
Response Due
4/24/2026 10:00:00 AM
 
Archive Date
05/09/2026
 
Point of Contact
Kari Rogers
 
E-Mail Address
kari.a.rogers@usace.army.mil
(kari.a.rogers@usace.army.mil)
 
Small Business Set-Aside
8A 8a Competed
 
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: 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 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: 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 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
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/1a696a5e97b944c3a384845ea0fcc3d3/view)
 
Place of Performance
Address: WV, USA
Country: USA
 
Record
SN07737975-F 20260311/260309230037 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2026, Loren Data Corp.