Industrial Stormwater Containment Method Call for Commercial Solutions Opening (CSO)
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The Department of the Army, specifically the W390 MCALESTER ARMY AMMO PLANT, has issued a Commercial Solutions Opening (CSO) titled "Industrial Stormwater Containment Method" to identify and adopt innovative commercial solutions. This CSO seeks a robust, reliable, and compliant method for storing non-regulated industrial stormwater and wastewater at the McAlester Army Ammunition Plant (MCAAP). The goal is to enhance operational flexibility, support modernization, and ensure environmental compliance. Phase 1 Solution Summaries are due by June 4, 2026.
Purpose & Scope
This CSO aims to accelerate the integration of advanced manufacturing technologies, enable secure digital environments, and promote sustainable practices within the Army's industrial base. The specific requirement is for a sustainable, long-term solution for industrial stormwater containment at MCAAP, adhering to environmental regulations like AR 200-1 and the Clean Water Act.
Key Requirements
- Capacity: Minimum 16,760 gallons per tank.
- Footprint: Maximum 50' x 9' per tank.
- Mobility: Easily transportable and reconfigurable on-site.
- Secondary Containment: Must hold 110% of the largest tank's volume.
- Monitoring & Safety: High-level alarms (90%), visible liquid level gauges, leak detection sensors, and manual/lockable drainage valves.
- Durability: Tanks require internal linings/coatings (e.g., Epoxy or Phenolic) and secondary containment for Class II wastewater.
- Quantity: Minimum of four (4) tanks, with scalability options.
- Delivery Timeline: 16 weeks or less.
Contract Details
This CSO utilizes a streamlined acquisition process authorized by DFARS Subpart 212.70, allowing for competitive procurement of innovative commercial items, technologies, and services. Awards may be executed as Firm-Fixed-Price (FFP) contract(s) or Other Transaction Agreement(s) (OTAs). The primary intent is one FFP contract, but multiple awards or no award are possible. Awards may have up to a 10-year limitation.
Submission & Evaluation
Submissions follow a two-phased approach:
- Phase 1 (Solution Summary): Requires a 1-page Quad Chart (template provided) detailing the solution, benefits, availability, scalability, Rough Order of Magnitude (ROM) pricing, and schedule, along with Commercial Specification Sheets and a coversheet. Evaluation criteria include Technical Merit & Innovation, Importance to Agency Programs, and Financial Feasibility.
- Phase 2 (Full Proposal): By invitation only for highly viable Phase 1 submissions. Requires a comprehensive proposal including SOW, FFP pricing, detailed technical specifications, regulatory compliance matrix, and logistics plan. Evaluation includes Technical Approach & Risk, Price Reasonableness, and Execution/Schedule/Logistics.
- Eligibility: Offerors must be registered and active in SAM.gov.
Key Deadlines
- Questions Due: May 22, 2026, 17:00 CST.
- Phase 1 Submission Deadline: June 4, 2026.
Additional Notes
The Government will not reimburse submission costs. All submissions must be UNCLASSIFIED, pre-scanned for malicious code, and in PDF, Word, or PowerPoint format (max 10MB email size). No .zip files or third-party cloud links.