Asbestos Personnel Monitoring
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 Norfolk Naval Shipyard is soliciting Asbestos Personnel Monitoring Services to be performed in the Controlled Industrial Area at the Norfolk Naval Shipyard in Portsmouth, Virginia. This is a 100% Small Business Set-Aside procurement. The Request for Quote (RFQ# N4215826QE045) details the requirements, with responses due by May 12, 2026, at 1:00 PM Eastern Standard Time.
Scope of Work
The contractor will provide comprehensive asbestos personnel monitoring services, including:
- Planning Phase (CLIN 0001): Up to 10 hours for the Project Supervisor to coordinate with NNSY contacts.
- Execution Phase (CLIN 0002): Up to 162 days of monitoring from September to December 2026.
- Sampling: Personal and general area air sampling for asbestos in accordance with 29 CFR 1915.1001 and Section 3.4 of the SOW.
- Clearance Monitoring: Use EPA AHERA methodology for final clearance.
- Equipment: Contractor must provide all sampling equipment, PPE, respirators, and sampling materials.
- Personnel: A minimum of two qualified personnel (licensed/approved Personnel Monitoring technicians) must be on-site at all times during the workday (10 hours, Monday-Friday).
- Deliverables: Results must be provided to a designated subcontractor for analysis within 24 hours of pump start time.
Contract & Timeline
- Type: Solicitation (Request for Quote - RFQ# N4215826QE045)
- Period of Performance: Planning and execution from August 2026 to December 2026.
- Set-Aside: 100% Small Business Set-Aside (FAR 19.5)
- NAICS Code: 562910 (Hazardous Waste Treatment and Disposal), Size Standard: $25,000,000.00
- Questions Due: May 8, 2026, 11:00 AM Eastern Standard Time
- Response Due: May 12, 2026, 1:00 PM Eastern Standard Time
- Published Date: May 6, 2026
Submission & Evaluation
Offerors must submit the completed RFQ, pricing, and a signed and dated Technical Capability Statement (Attachment 1). Attachment 1 requires checking Yes/No boxes for both line items to certify compliance. Evaluation will be based on Lowest Price Technically Acceptable (LPTA), with technical ratings as acceptable or unacceptable and price evaluated for reasonableness.
Key Requirements
- Security: Contractors must meet all security requirements for the Controlled Industrial Area and possess a Secret Clearance Level for work execution. Access to navy vessels may require appropriate clearance levels.
- Licensing: Proof of licensing through the Commonwealth of Virginia is required upon award.
- Payment: Will be made via Wide Area WorkFlow (WAWF).
Contact Information
- Primary: John E Faircloth (john.e.faircloth2.civ@us.navy.mil, 757-396-8673)
- Secondary: Chad R. Godwin (chad.r.godwin.civ@navy.mil)