On-Site Hearing and Respirator Fit Testing
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 Great Lakes St. Lawrence Seaway Development Corporation (GLS), under the Department of Transportation, has issued a Combined Synopsis/Solicitation (RFQ) for On-Site Hearing and Respirator Fit Testing services. This opportunity is a Total Small Business Set-Aside and seeks to ensure compliance with OSHA standards for GLS employees at their Maintenance Base in Massena, NY. Quotes are due by March 11, 2026, 2:00 PM EST.
Scope of Work
The contractor shall provide annual occupational hearing assessments and on-site respirator fit testing. This includes:
- Audiometric Testing: For approximately 75 or more employees, requiring qualified personnel, OSHA/ANSI compliant equipment, immediate results, and follow-up recommendations.
- Respirator Fit Testing: For approximately 50 or more employees, utilizing trained personnel and OSHA-approved protocols (qualitative and quantitative methods). All services must adhere to OSHA 29 CFR 1910.95 (Occupational Noise Exposure) and OSHA 29 CFR 1910.134 (Respiratory Protection). The contractor is responsible for providing all necessary personnel, equipment, and materials.
Contract Details
- Type: Firm-Fixed Price Purchase Order, resulting from a Request for Quote (RFQ).
- Set-Aside: Total Small Business Set-Aside (FAR 19.5).
- NAICS Code: 621340 – Offices of Physical, Occupational and Speech Therapists and Audiologists, with a $12.5M size standard.
- Period of Performance: Services must be performed within 30 days of award, with testing specifically scheduled for March 18, 2026, or a pre-coordinated date.
- Place of Performance: GLS Maintenance Base, 251 Fregoe Road, Massena, NY 13662.
Submission & Evaluation
- Quotes Due: March 11, 2026, 2:00 PM EST.
- Questions Due: March 4, 2026, 2:00 PM EST.
- Submission Method: All quotes and questions must be sent via email to chora.snyder@dot.gov.
- Required Documents: Submissions must include a completed Attachment B (Pricing Sheet) or a vendor-generated quote with Unique Entity Identifier (UEI), a project plan detailing the approach to meet SOW requirements (Attachment A), and a statement of completed SAM.gov representations/certifications.
- Evaluation: Award will be based on a Lowest Price Technically Acceptable (LPTA) source selection procedure, including past performance verification.
- Eligibility: Offerors must be registered in SAM.gov and maintain an active registration at the time of solicitation closing.
Additional Notes
The solicitation incorporates provisions and clauses effective through Federal Acquisition Circular FAC 2025-06. Invoicing will be conducted via the Delphi e-Invoicing web-portal. Bidders should review Attachment C (SCA Wage Determination) to understand minimum labor costs and compliance requirements for the specified New York counties.