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 Total Small Business Set-Aside opportunity requires comprehensive monitoring and reporting services to support aviation support equipment facilities. Proposals are due by February 11, 2026, at 3:00 PM EST.
Scope of Work
The contractor will provide annual personal monitoring and noise monitoring services. Personal Monitoring includes air monitoring for toxic metals (lead, hexavalent chromium, cadmium) in blast booths, blast cabinets, and welding areas, along with air flow tests for paint and blast booths. Analysis must be conducted by an AIHA accredited laboratory with proper chain-of-custody. Noise Monitoring involves conducting surveys for approximately 10 personnel across 6 buildings, utilizing a mix of personal dosimetry and area sound level mapping. The scope also includes evaluating 2 Paint Booths, 2 Blast Booths, 2 Blast Cabinet areas, and 2 Weld areas, with ventilation surveys for Local Exhaust Ventilation (LEV) systems during welding operations. Laboratory analytical costs must be included in the quote. Monitoring is expected to be one day per activity, with five days allocated for statistical evaluations. Both monitoring types require visual inspections of engineering controls and PPE, and comprehensive project reports with analysis results, sample location drawings, and recommendations.
Contract Details
This is a Firm Fixed-Price (FFP) contract with a period of performance consisting of one (1) Base Year and four (4) Option Years, totaling up to 60 months, from March 26, 2026, to March 25, 2031. The procurement is a Total Small Business Set-Aside under NAICS code 541620 (Environmental Consulting Services) with a $19,000,000 size standard. A critical requirement is Cybersecurity Maturity Model Certification (CMMC) Level 1 (Self-Assessment), which must be current at the time of award. Subcontractors performing sampling or monitoring functions must also meet this CMMC level. The contract involves Federal Contract Information (FCI) only.
Submission & Evaluation
Quotes must be submitted via email to Jenna Lang (jenna.l.lang2.civ@us.navy.mil) by February 11, 2026, at 3:00 PM EST. Required submission items include unit pricing for each line item, company name and CAGE CODE, company point of contact information, a signed copy of the RFQ, and a Capability Statement not exceeding two pages. Offerors must be registered in the System for Award Management (SAM) database. Award will be made to the responsible offeror whose proposal is most advantageous to the Government, based on Price, Technical Capability, and Past Performance, with an acceptable Supplier Performance Risk System (SPRS) rating.
Additional Notes
Technical questions should be directed to Mike Chase (TPOC).