Industrial Hygiene Testing and Survey

SOL #: HQ042326QE044Combined Synopsis/Solicitation

Overview

Buyer

DEPT OF DEFENSE
Defense Finance And Accounting Service (Dfas)
DEFENSE FINANCE AND ACCOUNTING SVC
COLUMBUS, OH, 432131152, United States

Place of Performance

Columbus, OH

NAICS

Environmental Consulting Services (541620)

PSC

Air Quality Analysis (B502)

Set Aside

No set aside specified

Timeline

1
Posted
Apr 13, 2026
2
Submission Deadline
May 12, 2026, 2:00 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 Defense Finance and Accounting Service (DFAS) is seeking proposals for Industrial Hygiene - Air Quality Testing and Report services at its Columbus, OH facilities (Building 21 & 21A). This full and open competition Request for Quotation (RFQ) aims to award a firm fixed-price purchase order to a vendor capable of conducting comprehensive baseline industrial hygiene surveys. Quotations are due May 12, 2026, by 10:00 AM EST.

Opportunity Details

This opportunity, identified as Solicitation HQ042326QE044, requires a contractor to perform industrial hygiene testing and provide a detailed report. The primary objective is to assess building conditions and personnel exposures to harmful pollutants, offering recommendations for their reduction or elimination. The associated NAICS code is 541620 (Management and Technical Consulting Services) with a small business size standard of $19M.

Scope of Work

The contractor will conduct visual inspections and Indoor Air Quality Screening surveys, testing for parameters such as Temperature, Relative Humidity, Carbon Dioxide, Carbon Monoxide, and Airborne Ambient Particulate. Microbial samples, airborne fiber sampling (including Asbestos), Lead Dust, and Decibel testing are also required. All sampling and analyses must adhere to criteria from USEPA, NIOSH, AIHA, and ACGIH. The survey must be performed by a Certified Industrial Hygienist (CIH) or under their supervision, with laboratory services accredited by the American Industrial Hygiene Association (AIHA). The period of performance is not to exceed 90 days from the date of award. Contractor personnel must be U.S. Citizens or Nationals and will require security clearances and escorted access to DFAS facilities.

Deliverables

Key deliverables include:

  • Item 0001: Industrial Hygiene Testing for Building 21 (121 samples).
  • Item 0002: Industrial Hygiene Testing for Building 21A (11 samples).
  • Item 0003: Final Report/Testing Results, including a discussion of results compared to acceptable criteria and recommendations. A draft report will be submitted for DFAS review prior to the final version.

Submission Requirements

Quotations must be submitted via email to Miranda Amir (miranda.j.amir.civ@mail.mil) by the deadline. The email subject line must include the RFQ number, and the total submission size is limited to 15MB. Required attachments include:

  • A detailed Technical Approach (maximum five pages, 12-pt font, 8.5x11, single-spaced, 1-inch margins) demonstrating understanding of the Performance Work Statement (PWS).
  • Pricing for all Contract Line Item Numbers (CLINs) using Attachment 2 (Schedule of Items), submitted as a firm fixed price for the base period and all option periods.
  • Response to applicable clauses on the SF1449.
  • A Certificate of Independent Technical Review (CITR), which does not count towards the technical approach page limit. Offerors must have an active SAM.gov registration and complete all necessary representations and certifications.

Evaluation and Award

This acquisition will be awarded based on the Lowest Price Technically Acceptable (LPTA) methodology. The government will first rank offers by total evaluated price (including the Option to Extend Services, FAR 52.217-8) and then evaluate the lowest-priced offeror(s) for technical acceptability. Technical capability will be assessed on an Acceptable/Unacceptable basis, requiring the quotation to meet all requirements, include the CITR, and demonstrate an adequate approach. The government reserves the right to make an award without discussions.

Key Dates & Contacts

  • Mandatory Site Visit: Monday, April 27, 2026, at 10:30 AM EST. RSVP to the Contracting Officer by 12:00 PM EST, April 22, 2026.
  • Questions Due: May 05, 2026, by 12:00 PM EST.
  • Quotations Due: May 12, 2026, by 10:00 AM EST.
  • Contracting Officer: Miranda Amir (miranda.j.amir.civ@mail.mil, (667) 894-6568).

People

Points of Contact

Miranda AmirPRIMARY

Files

Files

Download
Download
Download
Download
Download

Versions

Version 1Viewing
Combined Synopsis/Solicitation
Posted: Apr 13, 2026
Industrial Hygiene Testing and Survey | GovScope