Industrial Hygiene Support Services
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 USDA Agricultural Research Service (ARS) is soliciting Industrial Hygiene Support Services via a Request for Quotation (RFQ) for the Beltsville Agricultural Research Center (BARC) in Beltsville, MD. This is a Total Small Business Set-Aside opportunity. Quotes are due by May 4, 2026, at 10:00 AM Mountain Daylight Time.
Scope of Work
The awarded contractor will provide one qualified Industrial Hygiene consultant to ensure a safe, compliant, and health-protective work environment. Key responsibilities include:
- Conducting routine safety, occupational health, and environmental exposure assessments.
- Performing noise monitoring and recommending PPE for the Hearing Conservation Program.
- Conducting annual qualitative and quantitative respirator fit testing.
- Developing and maintaining a comprehensive radiation safety program.
- Providing rapid, 24/7 on-call response to safety and hazardous materials incidents.
- Preparing timely incident reports.
- Conducting annual reviews of existing Safety, Occupational Health, and Environmental Management (SHEM) Unit programs.
- Serving as the primary point of contact for the Occupational Medical Surveillance Program (OMSP) enrollment.
- Performing annual industrial hygiene inspections of various facilities.
- Serving as the Chemical Hygiene Officer (CHO), managing chemical inventory, and coordinating training.
Contract & Timeline
- Contract Type: Firm-fixed price contract.
- Period of Performance: One (1) year from the date of award.
- Set-Aside: Total Small Business Set-Aside (NAICS 541620, size standard $19.0 million).
- Response Due: May 4, 2026, at 10:00 AM MDT.
- Questions Due: April 23, 2026, at 10:00 AM MDT.
- Published Date: April 16, 2026.
Evaluation
Award will be made to the responsible offeror whose quote offers the best value to the Government, based on a comparative evaluation of:
- Technical Capabilities (Knowledge and Skill)
- Relevant Experience
- Past Performance (recency, relevancy, quality)
- Price (fair and reasonable)
Additional Notes
- This is a combined synopsis/solicitation (RFQ 1232SA26Q0444); a separate written solicitation will not be issued.
- Vendors must be active and registered in SAM.gov at the time of quote submission and award.
- Quotes must include a detailed description of capability, qualifications, and relevant experience.
- Quotes must be submitted electronically via email to frank.palmer@usda.gov.
- Payment will be made via the Department of the Treasury Invoice Processing Platform (IPP.gov).
- The consultant is expected to work 40 hours/week, primarily onsite, and must possess a bachelor's degree in a STEM field with a minimum of 4 years of professional experience. Certified Industrial Hygienist accreditation is highly desired.