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 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, designated as a Total Small Business Set-Aside. Quotes are due February 11, 2026, by 3:00 PM EST.
Scope of Work
Services include Annual Personal Monitoring for toxic metals (lead, hexavalent chromium, cadmium) in specific locations like blast booths, blast cabinets, and welding areas, along with air flow tests for paint and blast booths. An AIHA accredited laboratory must be used for analysis, following proper chain-of-custody. Annual Noise Monitoring is also required at specified FRC Support Equipment facilities, including evaluation of existing programs and PPE protocols. Both monitoring efforts require visual inspections of engineering controls and PPE utilization, culminating in project reports with analysis results, sample locations, and recommendations. Clarifications indicate sampling for 8 personnel (blasters, welders, painters, blast cabinet operators) and a preference for a mix of personal dosimetry and area sound level mapping for noise surveys. Contractors must also maintain a current Cybersecurity Maturity Model Certification (CMMC) status.
Contract Details
- 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.
- Place of Performance: NAS North Island, San Diego, CA.
Submission & Evaluation
- Quotes Due: February 11, 2026, by 3:00 PM Eastern Standard Time.
- Submission Method: Email to Jenna Lang at jenna.l.lang2.civ@us.navy.mil.
- Required Submission Items: Unit Pricing for each line item (Section B of RFQ), Company Name and CAGE CODE, Company Point of Contact (Name, Phone, Email), Signed copy of the RFQ (Page 1 Box 30 a, b, c), and a Capability Statement (not to exceed two pages).
- Evaluation Factors: Award will be made based on Price, Technical Capability, and Past Performance (with an acceptable Supplier Performance Risk System (SPRS) rating), to the most advantageous offeror.
- Eligibility: Offerors must be registered in the System for Award Management (SAM) database.
Additional Notes
This is a combined synopsis/solicitation. Expenses incurred in preparing quotes are not reimbursable. Technical questions should be directed to Mike Chase (TPOC).