Annual Industrial Hygiene and Noise Survey - NAS North Island

SOL #: N6852026Q0001Combined Synopsis/Solicitation

Overview

Buyer

Dept Of Defense
Dept Of The Navy
FLEET READINESS CENTER
PATUXENT RIVER, MD, 20670, United States

Place of Performance

San Diego, CA

NAICS

Environmental Consulting Services (541620)

PSC

Industrial Investigations, Surveys And Technical Support For Multiple Pollutants (F111)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)

Timeline

1
Posted
Jan 23, 2026
2
Last Updated
Feb 10, 2026
3
Submission Deadline
Feb 11, 2026, 8:00 PM

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) Aviation Support Equipment (ASE), is soliciting quotes for Annual Industrial Hygiene and Noise Surveys at NAS North Island, San Diego, CA. This is a Total Small Business Set-Aside for a Firm-Fixed-Price contract. Quotes are due by February 11, 2026, at 3:00 PM EST.

Scope of Work

The requirement is for comprehensive industrial hygiene and noise surveys to support the maintenance, repair, and overhaul of Ground Support Equipment. Key services include:

  • Annual Personal Monitoring: Air monitoring for toxic metals (lead, hexavalent chromium, cadmium) in blast booths, blast cabinets, and welding areas. This includes air flow tests for paint and blast booths, use of an AIHA accredited laboratory, proper chain-of-custody, and a blank sample for quality control. Visual inspection of engineering controls and PPE utilization is required, with a project report detailing analysis results, sample locations, and recommendations. Eight personnel (2 blasters, 2 welders, 2 painters, 2 blast cabinet operators) are anticipated for sampling. Laboratory analytical costs must be included in quotes.
  • Annual Noise Monitoring: Conducted at specified FRC Support Equipment facilities, evaluating existing noise monitoring programs and PPE protocols. A mix of personal dosimetry and area sound level mapping is preferred. Visual inspection of engineering controls and PPE usage is required, with a project report including sampling/analytical results and recommendations. Ten personnel across six buildings (M13, 169, M-14, 201, Weld Shop 1, Weld Shop 2) require noise dosimetry and sound level surveys.
  • Booth/Area Evaluation: Two paint booths, two blast booths, two blast cabinet areas, and two weld areas require evaluation, including Local Exhaust Ventilation (LEV) systems for welding tasks.
  • Cybersecurity: Contractors must maintain a current Cybersecurity Maturity Model Certification (CMMC) status as specified in clause 252.204-7021.
  • Monitoring Duration: One day of monitoring per activity sampled, with five days allocated for statistical evaluations.

Contract & Timeline

  • Contract Type: Firm-Fixed-Price (FFP).
  • Period of Performance: One base year plus four option years, for a total duration 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.
  • Offer Due Date: February 11, 2026, at 3:00 PM Eastern Standard Time.
  • Published Date: February 6, 2026.

Evaluation & Submission

Award will be made to the responsible offeror whose quote is most advantageous to the Government, considering Price, Technical Capability, and Past Performance. An acceptable Supplier Performance Risk System (SPRS) rating is required. Offerors must be registered in SAM.gov. Quotes must be submitted via email to Jenna Lang (jenna.l.lang2.civ@us.navy.mil) and include:

  • Unit Pricing for each line item in Section B of the RFQ.
  • Company Name and CAGE CODE.
  • Company Point of Contact Name, Phone Number, and e-mail Address.
  • Signed copy of the RFQ (Page 1 Box 30 a, b, and c).
  • Capability Statement (Not to Exceed Two pages). Invoices and receiving reports are to be submitted via Wide Area Workflow (WAWF).

Points of Contact

People

Points of Contact

Files

Files

Download
Download
Download

Versions

Version 4
Combined Synopsis/Solicitation
Posted: Feb 10, 2026
View
Version 3Viewing
Combined Synopsis/Solicitation
Posted: Feb 6, 2026
Version 2
Combined Synopsis/Solicitation
Posted: Feb 4, 2026
View
Version 1
Combined Synopsis/Solicitation
Posted: Jan 23, 2026
View
Annual Industrial Hygiene and Noise Survey - NAS North Island | GovScope