Department of Interior (DOI), Office of Safety and
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 Interior (DOI), Office of Safety and Health (OSH) is soliciting proposals for Laboratory Services, specifically for sampling analysis and sample pump rentals. This acquisition supports industrial hygiene and environmental laboratory analytical services for wildland firefighter hazard exposure assessments. This is an unrestricted acquisition. Questions are due by April 24, 2026, 1400 ED, and quotes are due by April 30, 2026, 1700 ED.
Scope of Work
The contractor will provide accredited industrial hygiene and environmental laboratory analytical services. Key requirements include:
- Estimated 2,050 Laboratory Sampling Analyses for hazard determination and exposure assessment.
- Rental of 50 sample pumps for a one-week period.
- Analysis of personal and area air samples, surface and skin wipe samples, and bulk material samples.
- Utilization of validated OSHA, NIOSH, EPA, or equivalent methods for various contaminants (particulates, metals, gases, vapors, inorganic compounds, volatile organic compounds).
- The contractor is responsible for laboratory analysis only; sample collection and follow-on analysis are excluded.
Contract & Timeline
- Contract Type: Anticipated Firm Fixed Price Purchase Order.
- Period of Performance: For sampling analysis, 06/01/2026 to 05/31/2027. For the SOW, 12 months from the date of award.
- Set-Aside: Unrestricted.
- NAICS Code: 541380, with a size standard of $19 million.
- Questions Due: April 24, 2026, 1400 ED.
- Quotes Due: April 30, 2026, 1700 ED.
Evaluation
Award will be made to the most advantageous offer based on the lowest evaluated price among technically acceptable quotes with acceptable or neutral past performance. Evaluation factors include Technical, Past Performance, and Price.
Submission & Special Requirements
Responses must be submitted via email to jason_nuckols@ibc.doi.gov and elizabeth_fuqua@ibc.doi.gov. The contractor must maintain AIHA LAP accreditation, participate in proficiency testing, and adhere to specified turnaround times (Routine: 5-10 business days, Priority: 72 hours, Rush: 24 hours with pre-approval). Data generated is property of the U.S. Government. The solicitation includes a Statement of Work (SOW) and a Pricing Schedule (Attachment 2) for bidder use.