OCCUPATIONAL SAFETY AND HEALTH COMPLIANCE AND ASSESSMENT AUDIT SUPPORT SERVICES
ID: N6883624Q0214Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVSUP FLT LOG CTR JACKSONVILLEJACKSONVILLE, FL, 32212-0097, USA

NAICS

All Other Professional, Scientific, and Technical Services (541990)

PSC

OTHER QC/TEST/INSPECT- MISCELLANEOUS (H999)

Set Aside

Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14) (SDVOSBC)
Timeline
    Description

    The Department of Defense, through the U.S. Navy, is seeking contractor support for Occupational Safety and Health compliance audits at twenty-nine Navy Reserve Centers located throughout the Southeast region. The primary objective of this procurement is to conduct annual Navy Occupational Safety and Health (NAVOSH) compliance audits to ensure adherence to federal, state, and Department of Defense regulations, thereby enhancing workplace safety and identifying potential risks. This initiative underscores the Navy's commitment to maintaining high safety standards across its facilities while promoting participation from small businesses, particularly those that are service-disabled veteran-owned. Interested contractors must submit their proposals by October 23, 2024, and can reach out to Mrs. Peiney Allerton at peiney.t.allerton.civ@us.navy.mil or by phone at 904-337-9324 for further information.

    Files
    Title
    Posted
    The document outlines solicitation N6883624Q0214 from the U.S. Navy, specifically seeking contractor support for Navy Occupational Safety and Health (NAVOSH) compliance audits at 29 Navy Reserve Centers in southeastern states over a five-year period, starting from November 1, 2024. The services aim to enhance safety, compliance with federal and state regulations, and identify workplace risks. Key requirements include conducting annual inspections, providing reports, and ensuring that contracted personnel hold critical certifications like Certified Safety Professional (CSP) and Certified Fire Inspector (CFI). The solicitation is open to small businesses, including service-disabled and economically disadvantaged entities, with a proposal submission deadline of October 23, 2024. Contractors must comply with various federal acquisition regulations and provide a proposal demonstrating technical capability, pricing details, and compliance with safety standards. The award will follow a Lowest Price Technically Acceptable (LPTA) method, ensuring that the selected contractor meets specified qualifications and pricing criteria. As such, this solicitation emphasizes the Navy's commitment to maintaining high safety and operational standards across its facilities nationwide while engaging small business participation.
    Lifecycle
    Similar Opportunities
    Royalty Auditing Services
    Active
    Dept Of Defense
    The Department of Defense, specifically the Office of Naval Research, is seeking qualified contractors to provide Royalty Auditing Services for the Navy Trademark Licensing Office (NTLPO) in Arlington, Virginia. The primary objective of this procurement is to conduct compliance audits of licensees to ensure adherence to trademark licensing agreements, focusing on accurate royalty payments and approved product sales. These auditing services are crucial for safeguarding and promoting Navy trademarks, with an anticipated contract duration of one year and the possibility of four extensions based on need. Interested parties must submit their responses to the Request for Information (RFI) by October 21, 2024, at 1:00 PM EST, to Ms. Vivian Truman at vivian.m.truman2.civ@us.navy.mil, ensuring that all submissions respect confidentiality and do not include classified information.
    Professional Services to support the Navy’s Public Works Business Line for work predominantly within the NAVFAC Atlantic Area of Responsibility (AOR)
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Systems Command (NAVFAC), is soliciting proposals for professional services to support the Navy’s Public Works Directorate, primarily within the NAVFAC Atlantic Area of Responsibility. The contract, identified as N6247023R9002, encompasses a range of engineering services including operational support, logistics management, facility condition assessments, and energy efficiency surveys, with a total contract value of up to $60 million over a maximum term of five years. This procurement is crucial for enhancing the efficiency and effectiveness of public works services within the Navy, ensuring compliance with regulations and operational needs. Interested contractors must submit their proposals by 2:00 PM on October 16, 2024, and can direct inquiries to Weston Polen at weston.c.polen.civ@us.navy.mil or by phone at 757-322-4749.
    QUARTERLY AIR SAMPLING, PREVENTATIVE & CORRECTIVE MAINTENANCE OF ALL BREATHING AIR COMPRESSORS WITHING NAVY REGION SOUTHWEST
    Active
    Dept Of Defense
    The Department of Defense, through the Command Navy Region Southwest, is seeking qualified small businesses to provide quarterly air sampling and preventative and corrective maintenance for government-owned breathing air compressors. The contract encompasses a base year from October 15, 2024, to October 14, 2025, with two optional 12-month extensions, ensuring compliance with NFPA and manufacturer standards critical for the operational readiness of fire services across multiple military installations. Interested contractors must submit proposals that include a comprehensive technical approach, pricing details, and past performance data, with the total contract value estimated at $24,300 annually. Proposals are due by October 11, 2024, and inquiries can be directed to Jheanna Poblete at jheanna.u.poblete.civ@us.navy.mil or by phone at 619-556-5361.
    R--SAFETY SUPPORT SERVICES
    Active
    Dept Of Defense
    Presolicitation notice is prepared by the Department of Defense, specifically the Department of the Navy, for the procurement of Safety Support Services. These services are typically used to provide professional, administrative, and management support in the area of safety. The Naval Supply Systems Command Fleet Logistics Center San Diego (NAVSUP FLCSD) intends to issue a 100% Small Business competitive solicitation for these services. The solicitation will be released on or about September 11, 2019, and interested parties are required to register with the Navy Electronic Commerce Online (NECO) and/or FedBizOpps websites to access the solicitation documents. The procurement is subject to the Total Small Business Set-Aside (FAR 19.5) and the applicable NAICS code is 541990 with a standard size of $15M. Offerors must be registered in the System for Award Management (SAM) website. All communications regarding the procurement must be submitted via email to the Contract Negotiator.
    R--Risk Assessment and Development
    Active
    Dept Of Defense
    Sources Sought: DEPT OF DEFENSE - DEPT OF THE NAVY is seeking qualified and experienced sources for an anticipated Firm Fixed Price contract under NAICS code 541330, Engineering Services. The contract is for signals analysis lab support services. The Fleet Logistics Center Norfolk (FLCN) in Norfolk, Virginia is looking for information on qualified sources to derive a contract vehicle for financial improvement audit readiness document retention. The contract period is from August 1, 2018, to July 31, 2019. Interested parties should submit their responses by April 19, 2018, to heather.coleman@navy.mil. This is not a request for a proposal, and respondents will not be notified of the results.
    SURFACE FORCE PERSONNEL READINESS ASSIST TEAM (PRAT) SUPPORT
    Active
    Dept Of Defense
    The Department of Defense, through the NAVSUP Fleet Logistics Center San Diego, is seeking capable sources to provide Surface Force Personnel Readiness Assist Team (PRAT) support, with a focus on enhancing personnel readiness and compliance across naval surface ships. The procurement aims to address increased workloads stemming from recent policy changes and the introduction of the Command Readiness Assessment Visit (CRAV), requiring contractors to conduct personnel readiness assist visits, onsite training, and produce monthly reports while ensuring adherence to Navy regulations. This initiative is critical for improving administrative efficiency and Sailor pay accuracy, with the anticipated contract being a Firm Fixed Price type, set to begin on November 1, 2024, and concluding on October 31, 2025. Interested small businesses must submit their capability statements by 11:00 AM Pacific Standard Time on October 7, 2024, to Chelsey Hernandez-Guevara at chelsey.l.hernandez-guevara.civ@us.navy.mil.
    FY25 LENTHALL ROH
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is soliciting proposals for the FY25 USNS LENTHALL Repair and Overhaul (ROH) project, managed by MSC Norfolk. This procurement aims to engage qualified contractors for the repair and maintenance of the USNS LENTHALL, which is critical for maintaining naval operational readiness and capabilities. The opportunity is set aside for small businesses under the Total Small Business Set-Aside (FAR 19.5) and falls under the NAICS code 336611, focusing on shipbuilding and repairing. Interested parties can reach out to Nancy Bowers at nancy.bowers2@navy.mil or 804-479-4570, or Christopher Ward at christopher.s.ward1.civ@us.navy.mil or 757-443-5877 for further details.
    NAVFAC Southwest NEPA Multiple Award Service Contract
    Active
    Dept Of Defense
    The Department of Defense, through the NAVFAC Southwest, is seeking qualified small businesses to participate in a Sources Sought announcement for the NAVFAC Southwest NEPA Multiple Award Service Contract. The objective of this procurement is to identify potential contractors capable of providing comprehensive environmental consulting services under the National Environmental Policy Act (NEPA), including the preparation of Environmental Assessments, Environmental Impact Statements, and related documentation, while ensuring compliance with federal, state, and local regulations. This initiative is critical for facilitating environmental planning and technical services that support military operations and construction activities, with an estimated contract value of approximately $45 million over a period not to exceed seven years. Interested parties must submit their qualifications and responses by November 1, 2024, and can direct inquiries to Colton Abernathy at colton.j.abernathy.civ@us.navy.mil or Aileengail Soriano at aileengail.m.soriano.civ@us.navy.mil.
    Facility Investment Services for NAVSTA Newport Complex Area, facilities, and installed equipment and systems at Naval Station Newport, Newport Rhode Island.
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command, is soliciting proposals for Facility Investment Services at the Naval Station Newport Complex in Newport, Rhode Island. The procurement aims to assess, manage, and enhance the facilities and installed equipment and systems at the naval station, emphasizing the importance of maintaining infrastructure integrity to support naval operations. This opportunity is a 100% Small Business Set-Aside under NAICS code 561210, with proposals due by October 24, 2024. Interested contractors can reach out to Brittany Swan at brittany.t.swan.civ@us.navy.mil or Melinda Robinson at melinda.l.robinson@navy.mil for further information.
    USNS PATUXENT FY25 ROH
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is soliciting proposals for the Regular Overhaul and Drydocking (ROH/DD) of the USNS PATUXENT (T-AO 201) for fiscal year 2025. This procurement aims to ensure the vessel's operational readiness through comprehensive maintenance and repair services, which are critical for sustaining naval logistics and support missions. The contract is set aside for small businesses under the Total Small Business Set-Aside program, and interested parties can reach out to Robert Vance at robert.vance1@navy.mil or 757-443-5707, or Christopher Ward at christopher.s.ward1.civ@us.navy.mil or 757-443-5877 for further details. The solicitation is categorized under the NAICS code 336611, focusing on Ship Building and Repairing.