Annual Industrial Hygiene and Noise Survey - NAS North Island
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 Navy, Fleet Readiness Center (FRC), is soliciting proposals for Annual Industrial Hygiene (IH) and Noise Surveys at NAS North Island, San Diego, CA. This requirement supports the maintenance, repair, and overhaul of Ground Support Equipment. The contract will be a Firm Fixed-Price award, with proposals due by February 11, 2026, at 3:00 PM EST.
Scope of Work
The contractor will provide comprehensive industrial hygiene and noise monitoring services. Key deliverables include:
- Annual Personal Monitoring: Air monitoring for toxic metals (lead, hexavalent chromium, cadmium) in specific FRC ASE locations, including air flow tests for paint and blast booths. Analysis must be performed by an AIHA accredited laboratory with proper chain-of-custody. A project report with analysis results, sample locations, and recommendations is required.
- Annual Noise Monitoring: Conduct noise monitoring at specified FRC Support Equipment Facility locations, evaluate existing noise programs and PPE protocols, and recommend changes. A project report with sampling results and recommendations is also required.
- Cybersecurity: Maintain a current Cybersecurity Maturity Model Certification (CMMC) status as specified in the contract.
Contract & Timeline
- Contract Type: Firm Fixed-Price (FFP)
- Period of Performance: One (1) Base Year plus four (4) Option Years, not to exceed 60 months (March 26, 2026, to March 25, 2031).
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- NAICS Code: 541620 (Environmental Consulting Services), Size Standard: $19,000,000
- Proposal Due: February 11, 2026, at 3:00 PM Eastern Standard Time
- Published: January 23, 2026
Evaluation
Award will be made on the basis of proposals meeting or exceeding technical capability standards with an acceptable Supplier Performance Risk System (SPRS) rating, and price. Evaluation factors include Price, Technical Capability, and Past Performance. Offerors must be registered in SAM.gov.
Submission Instructions
Offerors must submit quotes via email to Jenna Lang (jenna.l.lang2.civ@us.navy.mil). Submissions must include unit pricing for each line item, company name and CAGE CODE, company point of contact, a signed copy of the RFQ (Page 1 Box 30 a, b, and c), and a Capability Statement (not to exceed two pages). Standard Form 1449 is to be completed. Invoices and receiving reports are to be submitted via Wide Area Workflow (WAWF).