Annual INDUSTRIAL HYGIENE SURVEY Fleet Readiness Center (FRC) Jacksonville, FL
ID: N6582025Q0025Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYFLEET READINESS CENTERPATUXENT RIVER, MD, 20670, USA

NAICS

Environmental Consulting Services (541620)

PSC

ENVIRONMENTAL SYSTEMS PROTECTION- TOXIC AND HAZARDOUS SUBSTANCE ANALYSIS (F107)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Apr 2, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 10, 2025, 12:00 AM UTC
  3. 3
    Due Apr 14, 2025, 8:00 PM UTC
Description

The Department of Defense, through the Fleet Readiness Center in Jacksonville, Florida, is soliciting proposals for conducting an Annual Industrial Hygiene Survey at Naval Air Station Jacksonville. The primary objective of this procurement is to monitor exposure to heavy metals and occupational noise, ensuring compliance with health and safety regulations, while enhancing worker safety in industrial environments. Key tasks include air monitoring, surface sampling, evaluation of personal protective equipment, and assessment of breathable air quality, with results to be provided within two weeks of the survey. Proposals are due by April 14, 2025, and the contract will span one base year with four optional years, with the selected contractor required to utilize an AIHA accredited laboratory for analysis. Interested parties can contact Carolyn Powell at carolyn.a.powell.civ@us.navy.mil or (301) 757-6070 for further information.

Point(s) of Contact
Files
Title
Posted
Apr 10, 2025, 7:05 PM UTC
This government solicitation (N6852025Q0025) seeks proposals for conducting an Annual Industrial Hygiene (IH) Survey at the Fleet Readiness Center Aviation Support Equipment located at Naval Air Station Jacksonville, Florida. The contract includes a base year and four optional years for performance, with a focus on monitoring exposure to heavy metals and occupational noise, ensuring compliance with health and safety regulations. Key tasks involve air monitoring, surface sampling, evaluation of personal protective equipment (PPE), and assessment of breathable air quality. Contractors must employ an AIHA accredited laboratory for analysis and provide results within two weeks of the survey, including an annual report detailing findings and recommendations. The overall purpose of the RFP is to enhance worker safety and maintain compliance with OSHA and ANSI standards, reflecting the government’s commitment to health and safety in industrial environments. Proposals are due by April 14, 2025, with a total contract duration extending to 2030.
Lifecycle
Title
Type
Combined Synopsis/Solicitation
Similar Opportunities
Amerex Halotron Fire Extinguisher Inspection, Maintenance, and Repair, Multiple Locations
Buyer not available
The Department of Defense, through the Naval Supply Systems Command Fleet Logistics Center Jacksonville, is seeking qualified small businesses to provide inspection, maintenance, and repair services for Amerex Halotron fire extinguishers at various Naval Air Stations. The contract requires compliance with National Fire Protection Association (NFPA) standards and aims to ensure the operational readiness and safety of Navy assets through reliable fire extinguishing services. This procurement is critical for maintaining effective firefighting capabilities and includes a base year from June 1, 2025, to May 31, 2026, with four option years extending through May 2030. Interested parties must submit their quotations by April 25, 2025, and can contact Kyle Smigelski at kyle.a.smigelski.civ@us.navy.mil or 904-542-1264 for further information.
MARINE CORPS SUPPORT FACILITY - BLOUNT ISLAND, MAINTENANCE DREDGING, DUVAL COUNTY, FLORIDA
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers, is seeking interest from qualified contractors for a maintenance dredging project at the Marine Corps Support Facility - Blount Island in Jacksonville, Florida. The project involves dredging to a depth of 38 feet, with an additional two feet of allowable overdepth, and includes environmental monitoring and disposal activities at the Dayson Island Disposal Area. This opportunity is crucial for maintaining navigational channels and ensuring operational readiness at the facility. Interested bidders must submit their qualifications by April 30, 2025, with an estimated contract value between $1 million and $5 million, and the anticipated solicitation issuance date is around May 28, 2025. For further inquiries, contact Timothy G. Humphrey at Timothy.G.Humphrey@usace.army.mil or Guesley Leger at Guesley.Leger@usace.army.mil.
Fire Extinguisher Maintenance Services
Buyer not available
The Department of Defense, specifically the Department of the Navy, is soliciting proposals for fire extinguisher maintenance services at Marine Corps Air Station New River in North Carolina. The contractor will be responsible for the maintenance, repair, and recharge of 140 Halotron flightline fire extinguishers, which includes six-year maintenance and twelve-year hydrostatic testing, all in compliance with specified standards and regulations. This procurement is critical for ensuring operational safety through the proper maintenance of essential fire safety equipment. Interested contractors must submit their bids by May 5, 2025, at 2:00 PM, and are encouraged to contact Monica R. Thomas at monica.r.thomas.civ@usmc.mil or Michael Dobbins at michael.dobbins@usmc.mil for further information.
Rapid Response Munitions Testing & Engineering Services Follow On
Buyer not available
The Department of Defense, through the Naval Surface Warfare Center Indian Head Division (NSWC IHD), is seeking responses from qualified entities for Rapid Response Munitions Testing and Engineering Services. The procurement aims to provide engineering services and rapid response testing support for various programs that enhance the safety and effectiveness of munitions, ensuring compliance with military standards and operational readiness. This opportunity is critical for supporting the warfighter by characterizing, testing, and documenting the performance of weapons and munitions, with a focus on safety, environmental analysis, and logistics. Interested companies must submit their responses, including a completed RFI Survey, to Kimberly S. Hall at kimberly.s.hall31.civ@us.navy.mil by May 13, 2025. The NAICS code for this opportunity is 541330, with a size standard of $25.5 million.
Range Maintenance Support Services at Camp Lejeune NC
Buyer not available
The Department of Defense, through the Naval Facilities Engineering Systems Command Mid-Atlantic, is soliciting proposals for Range Maintenance Support Services at Camp Lejeune in Jacksonville, North Carolina. The contract requires the provision of labor, supervision, management, tools, materials, equipment, and transportation necessary for effective range maintenance services, with a base period of one year and four optional one-year extensions, plus an additional six-month option, totaling a maximum of 66 months. This service is crucial for maintaining operational readiness and safety at military training ranges. Interested contractors must register in the System for Award Management (SAM) and submit their proposals by the specified deadline, with further inquiries directed to Krystal Goodman at krystal.goodman@navy.mil or Sidnia Finke at sidnia.e.finke.civ@us.navy.mil.
FMS Oxygen Instrumentation Calibration Room Equipment
Buyer not available
The Department of Defense, specifically the Naval Air Warfare Center Aircraft Division, is soliciting proposals for the procurement of specialized calibration equipment from Fluke Electronics as part of the Foreign Military Sales (FMS) program. The requirement includes high precision and refrigerated temperature baths, fluid level adapters, and MET/TEMP software, which are essential for maintaining calibration standards for oxygen clean devices. This procurement is critical for supporting the Naval Air Systems Command's Metrology and Calibration (METCAL) Program, ensuring operational readiness and compliance with military standards. Proposals must be submitted electronically by 1:00 PM EST on May 5, 2025, with inquiries directed to Rocco Gonnella at rocco.j.gonnella.civ@us.navy.mil or Shannan Germond at shannan.m.germond.civ@us.navy.mil.
58--MODULE,HPOI DWN
Buyer not available
The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting proposals for the manufacture of the MODULE, HPOI DWN, which is critical for electronic countermeasures and related systems. The procurement requires adherence to strict quality assurance standards, including compliance with MIL-STD-130 for marking and ISO 9001 for quality systems, ensuring that all supplied materials are free from mercury contamination due to their application in submarines and surface ships. Interested contractors must submit their proposals via NECO or email by the extended deadline of 4:30 PM Eastern USA time on May 9, 2025, and can direct inquiries to Daniel C. Shepley at 717-605-7043 or via email at Daniel.C.Shepley.civ@us.navy.mil.
Z--Industry Forum for Regional Base Operations Support (RBOS) I Services in Jacksonville, FL; BOS I Services at NSB Kings Bay, GA; and BOS Services at NAS Pensacola, FL
Buyer not available
Special Notice DEPT OF DEFENSE DEPT OF THE NAVY: The Naval Facilities Engineering Command (NAVFAC) Southeast is sponsoring an Industry Forum on May 11, 2016, to collaborate with industry partners for facilities support contracting and safety solutions to the Navy. The forum will provide information on upcoming NAVFAC Southeast FSC/Base Operations Support (BOS) solicitations, including Regional Base Operations Support (RBOS) I Services at Naval Air Station (NAS) Jacksonville, Florida; Bureau of Medicine and Surgery Jacksonville, Florida; Naval Station Mayport Jacksonville, Florida; Blount Island Command Jacksonville, Florida; and the outlying areas supported by these commands, BOS I Services at Naval Submarine Base Kings Bay, Georgia, and BOS Services at NAS Pensacola, Florida. Contractors interested in facilities support contracting and subcontracting opportunities with NAVFAC Southeast should attend. Limited to three representatives per company. Contact Ms. Cari Fiebach and Ms. Nicole Wilhelm for registration and security clearance information.
58--HYDROPHONE ASSEMBLY- AND SIMILAR REPLACEMENT PARTS
Buyer not available
The Department of Defense, specifically the Department of the Navy, is soliciting proposals for the procurement of hydrophone assemblies and similar replacement parts through NAVSUP Weapon Systems Support Mechanicsburg. The procurement requires compliance with specific quality standards, including ISO 9001, and involves First Article Testing and 100% Production Lot Testing to ensure the items meet stringent military specifications. These hydrophone assemblies are critical for underwater sound equipment used in various naval applications, emphasizing the importance of reliability and quality in their manufacture. Interested vendors must submit their proposals via email to the primary contact, Heather Jones, at heather.jones2@navy.mil, and ensure all submissions adhere to the outlined requirements and deadlines.
Water Testing & Treatment Service
Buyer not available
The Department of Defense, through the Naval Supply Systems Command (NAVSUP) Fleet Logistics Center Jacksonville, is seeking qualified small businesses to provide Water Testing and Treatment Services for the Engineering Training Lab at Naval Station San Diego, California. The services are essential for maintaining the efficiency of water cooling towers that utilize fresh water, which is prone to bacterial growth that can hinder cooling operations. Interested contractors are invited to submit their capabilities and organizational experience by 10:00 P.M. (EST) on September 18, 2024, as this opportunity is part of market research and will lead to a firm fixed price non-personal services contract with a twelve-month base period. For further inquiries, interested parties may contact DeAundrae Rogers at deaundrae.l.rogers1@navy.mil or Preston Grant at preston.grant@navy.mil.