Texas Army National Guard: Industrial Hygiene - South
ID: W912L1-24-Q-0010Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW7N2 USPFO ACTIVITY TX ARNGAUSTIN, TX, 78763-5218, USA

NAICS

Other Scientific and Technical Consulting Services (541690)

PSC

SUPPORT- PROFESSIONAL: INDUSTRIAL HYGIENICS (R428)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, through the Texas Army National Guard, is seeking proposals for industrial hygiene services at 12 maintenance facilities located in South Texas. The objective of this procurement is to conduct comprehensive industrial hygiene surveys to identify potential health hazards and ensure workplace safety for both civilian and military personnel, adhering to stringent reporting and performance standards. This initiative underscores the importance of maintaining health and safety standards within Army National Guard operations, ensuring compliance with occupational regulations. Interested small businesses must submit their proposals by 2:00 PM on September 20, 2024, and can direct inquiries to Linda S. Janak at linda.s.janak.civ@army.mil or Natalie Rodriguez at natalie.j.rodriguez9.civ@army.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The Department of the Army and Air Force National Guard Bureau has issued a Purchase Request (W912L1-24-Q-0010) for industrial hygiene services at 12 maintenance facilities in Texas. The purpose is to conduct comprehensive industrial hygiene surveys to identify potential health hazards and ensure workplace safety for both civilian and military employees. The contractor must provide all necessary personnel, equipment, and quality control while adhering to stringent reporting and performance standards. Surveys will establish or update baselines for workplace conditions and require detailed reporting on exposure risks and protective measures. The contract spans seven months, with specific timelines for survey scheduling and report submissions. Laboratory analysis costs will be covered by the Regional Industrial Hygiene Southeast office, though contractors are responsible for sample shipping. The contractors must also meet personnel qualifications, submit training certificates, and maintain communication with state safety contacts. Overall, this initiative emphasizes the commitment to health and safety within the Army National Guard operations while ensuring compliance with occupational standards and regulations.
    The document outlines Request for Proposals (RFP) W912L124Q0010, issued on September 16, 2024, for Industrial Hygiene Surveys to be performed at various locations in Texas. It details the scope of work, which involves non-personal services adhering to specified performance and wage standards at 12 sites, including FMS 3 in Del Valle and FMS 5 in Round Rock. Offers are due by 2:00 PM on September 20, 2024, with various stipulations for submission, evaluation criteria, and terms of acceptance. Key evaluation factors for award include technical capability, past performance, and price, with an emphasis on achieving the lowest price for technically acceptable offers. The document also specifies clauses that bidders must comply with, including those related to small business considerations and various federal regulations. Instructions for submission and additional necessary details for quotes are provided, emphasizing compliance with the identified requirements to ensure successful bidding and procurement processes. Overall, the RFP signifies the government’s ongoing commitment to ensuring workplace safety through comprehensive industrial hygiene assessments across multiple facilities.
    The document outlines Wage Determination No. 2015-5215, issued by the U.S. Department of Labor, detailing minimum wage and fringe benefits for contracts subject to the Service Contract Act (SCA) within specific Texas counties. The determination stipulates that contracts awarded on or after January 30, 2022, require a minimum wage of $17.20 per hour, while those awarded between January 1, 2015, and January 29, 2022, must pay at least $12.90 per hour, unless higher rates are specified. A wide array of occupations with corresponding wage rates is provided, indicating varied pay scales based on job titles, with particular note of fringe benefits, including health and welfare allowances. The document emphasizes compliance with Executive Orders 14026 and 13658, concerning minimum wage and paid sick leave, addressing requirements for contractors and worker protections. Additional guidelines for handling unlisted occupations through a conformance process are included, mandating adjustments to wage rates based on applicable classifications. This wage determination is integral for federal contracts, ensuring fair compensation and labor standards for workers engaged in service contracts within the specified region.
    The document is a Wage Determination issued by the U.S. Department of Labor under the Service Contract Act, detailing minimum wage and fringe benefits for various occupations in specified Texas counties. The wage rates are based on Executive Orders 14026 and 13658, requiring a minimum hourly wage of $17.20 for contracts entered into after January 30, 2022, or $12.90 for contracts awarded between January 1, 2015, and January 29, 2022, barring any higher rates specified in the wage determination. The document lists various occupational titles along with their associated pay rates and notes that contractors must also provide specified fringe benefits, such as health and welfare and paid leave, depending on the terms of their contracts. Additionally, it outlines the process for classifying new job titles not found in the determination and compliance measures for uniform allowances. This information is crucial for contractors bidding on federal grants or contracts to ensure compliance with wage and benefit regulations, supporting the overarching goal of fair labor standards in government procurement.
    The document outlines Wage Determination No. 2015-5215 under the Service Contract Act (SCA), issued by the U.S. Department of Labor. It stipulates that contracts subject to the SCA must pay minimum wage rates as mandated by Executive Orders 14026 and 13658, with rates varying by contract date and location. Specifically, contracts entered into or renewed after January 30, 2022, require a minimum wage of at least $17.20 per hour for covered workers. The document provides a comprehensive list of wage rates for various occupations in specified Texas counties, including both hourly wages and relevant fringe benefits. Key details include paid sick leave provisions under Executive Order 13706 and health and welfare benefits amounting to $5.36 per hour. Additionally, the document describes the conformance process for unlisted occupations, ensuring fair classification and wage rates for all service employees. This wage determination guidance is crucial for contractors involved in federal and local government services to ensure compliance with labor standards and protect worker rights.
    The document presents the Wage Determination No. 2015-5225, issued by the U.S. Department of Labor under the Service Contract Act, detailing wage rates and fringe benefits for various occupations in Texas, specifically the counties of Aransas, Nueces, and San Patricio. It mandates that contracts subject to the Service Contract Act must comply with minimum wage rates set by Executive Orders 14026 ($17.20/hour) and 13658 ($12.90/hour), applicable depending on the contract's award date. The determination lists various occupations along with their corresponding wage rates, such as Administrative Support and Clerical, Health Occupations, and various other labor categories, with specific notes on fringe benefits including health and welfare and paid sick leave provisions under Executive Orders. The document outlines requirements for uniform allowances and the conformance process for additional classifications not listed in the determination. This information is crucial for contractors engaged in federal contracts, ensuring compliance with labor standards and worker protections while fulfilling government RFPs and grants.
    The document outlines Wage Determination No. 2015-5239, revised under the Service Contract Act by the U.S. Department of Labor, detailing minimum wage and fringe benefit requirements for federal contracts in Texas's Webb County. It specifies that contracts effective from January 30, 2022, must adhere to a minimum wage of $17.20 per hour, aligned with Executive Order 14026, while earlier contracts must comply with Executive Order 13658, guaranteeing at least $12.90 per hour. The document includes a comprehensive list of occupation codes, corresponding pay rates, and fringe benefits including health & welfare and paid sick leave entitlements under Executive Order 13706. Each listed occupation includes rates of pay and notes on required benefits such as health insurance and vacation time, emphasizing compliance with federal labor laws for federal contractors. The conformance process for any unlisted job classifications is also described, ensuring appropriate classifications and wage rates are applied prior to contract work commencement, with strict guidelines for documentation and approval by the Department of Labor. This wage determination emphasizes the government's commitment to fair labor practices in contracts, particularly relevant for RFPs and federal grants.
    The U.S. Department of Labor's Wage Determination No. 2015-5245 outlines wage rates and benefits for service contracts under the Service Contract Act (SCA). Effective from July 22, 2024, the document specifies minimum wage requirements based on the contract's date, influenced by Executive Orders 14026 and 13658, mandating higher wages for federal contracts executed after specific dates. In Hidalgo County, Texas, various job classifications are listed with corresponding wage rates, including administrative roles, automotive service positions, and health occupations, many of which may qualify for fringe benefits. Additional requirements for health and welfare benefits, paid sick leave, vacation, and holiday pay are detailed, alongside stipulations for contracting processes like classification and wage conformance for unlisted jobs. This document serves as a crucial reference for federal contractors and showcases regulations ensuring fair compensation and protections for workers employed under federally funded contracts, crucial for compliance with government RFPs and federal grants. Overall, it provides a comprehensive framework for maintaining service worker standards in government contracts.
    The document is a Wage Determination issued by the U.S. Department of Labor under the Service Contract Act. It outlines the required wage rates and benefits for various occupations in Texas, specifically for contracts awarded on or after January 30, 2022. The document provides two minimum wage rates based on the relevant executive orders: $17.20 per hour for newer contracts and $12.90 for contracts awarded between January 1, 2015, and January 29, 2022. Occupational listings detail hourly wage rates for a variety of positions, varying across administrative, automotive, food service, health, and technical occupations. It also includes information on mandatory fringe benefits such as health and welfare allowances, paid sick leave, vacation, and holidays, aligning with the Service Contract Act requirements. The document emphasizes that compliance with wage determinations is essential for contractors working under government contracts. Overall, this Wage Determination serves to ensure fair compensation for workers on federal contracts, contributing to the protection of workers' rights and adherence to federal employment standards.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Texas Army National Guard: Industrial Hygiene - Central
    Active
    Dept Of Defense
    The Texas Army National Guard, under the Department of Defense, is seeking proposals for Industrial Hygiene Services to be performed at various locations in Central Texas, including Houston, Bryan, Temple, Gatesville, and Bastrop. The contract will involve conducting comprehensive industrial hygiene surveys to identify and control potential health hazards, ensuring compliance with federal and Army safety regulations. This procurement is particularly important for maintaining health and safety standards in federal facilities, and it is set aside for small businesses, with a total small business set-aside designation. Interested contractors must submit their proposals by 2:00 PM on September 20, 2024, and can direct inquiries to Linda S. Janak at linda.s.janak.civ@army.mil or Natalie Rodriguez at natalie.j.rodriguez9.civ@army.mil.
    Texas Army National Guard: Industrial Hygiene- North
    Active
    Dept Of Defense
    The Texas Army National Guard, under the Department of Defense, is seeking proposals for industrial hygiene services across various locations in North Texas. The primary objective is to conduct comprehensive industrial hygiene surveys at sixteen Army National Guard maintenance facilities to identify health hazards and recommend control measures, ensuring compliance with OSHA regulations and enhancing workplace safety. This procurement is a Total Small Business Set-Aside, with a contract duration of seven months, requiring surveys to commence within 30 days of award and final reports submitted within 90 days post-survey completion. Interested contractors should submit their proposals by 2:00 PM on September 20, 2024, and may direct inquiries to Linda S. Janak or Ricardo Gamez via the provided email addresses.
    NYARNG Medical Surveillance Examinations
    Active
    Dept Of Defense
    The Department of Defense, through the New York Army National Guard (NYARNG), is seeking qualified contractors to provide medical surveillance examinations and occupational health services for its civilian technicians. The procurement aims to ensure the health and safety of personnel potentially exposed to workplace hazards by conducting a range of medical evaluations, including physical exams, vital sign monitoring, hearing tests, and laboratory assessments. These services are critical for maintaining compliance with occupational health standards and ensuring timely communication of any health concerns. Interested vendors must submit their quotes by August 26, 2024, to Melissa Santoro at melissa.santoro2.civ@army.mil, and must comply with all requirements outlined in the solicitation and its amendments, which can be found on www.Sam.Gov Contracting Opportunities.
    Janitorial Services at Hydro Plants
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers, Fort Worth District, is seeking qualified small businesses to provide janitorial services at the Sam Rayburn Powerhouse and R.D. Willis Power Plant in Jasper, Texas. The contract entails a firm-fixed price for a duration of 60 months, requiring the contractor to supply all necessary labor, materials, and equipment to execute non-personal janitorial services as outlined in the Performance Work Statement. This procurement is crucial for maintaining cleanliness and operational efficiency at the facilities, ensuring compliance with safety and environmental standards. Proposals are due by September 24, 2024, with the solicitation anticipated to be issued around September 9, 2024. Interested parties should contact Gary Rizzolo at gary.s.rizzolo@usace.army.mil or Jamauh Winston at jamauh.d.winston@usace.army.mil for further information.
    HI ANG BLDG 3400 HAZMAT REMEDIATION
    Active
    Dept Of Defense
    The Department of Defense, specifically the Army National Guard, is soliciting proposals for hazardous materials remediation at Building 3400, located at Joint Base Pearl Harbor-Hickam in Hawaii. The project entails the abatement and demolition of hazardous materials, including asbestos and lead-containing paint, requiring the contractor to manage all aspects of the work, including compliance with safety regulations, waste disposal, and coordination with the 154th Civil Engineering Squadron. This initiative is crucial for maintaining a safe environment and adhering to federal standards for hazardous materials management. Interested small businesses must submit their sealed bids by September 23, 2024, following a pre-proposal conference on September 11, 2024, with a contract budget estimated between $25,000 and $100,000. For further inquiries, contact Clesson Paet at clesson.k.paet.civ@army.mil or Cezar Y. de Veas at cezar.y.deveas.mil@army.mil.
    DUST COLLECTOR
    Active
    Dept Of Defense
    The Department of Defense, specifically the Army Contracting Command – Rock Island, is soliciting proposals for a dust collector to support operations at the Rock Island Arsenal’s Joint Manufacturing and Technology Center. The procurement aims to acquire a system that effectively manages nuisance dust generated during rubber manufacturing processes, ensuring compliance with safety and operational standards. This initiative is critical for maintaining air quality and operational readiness within specialized manufacturing environments. Proposals must be submitted by September 20, 2024, with a mandatory site visit scheduled for September 12, 2024. Interested vendors can contact John Jacobsen at JOHN.E.JACOBSEN16.CIV@ARMY.MIL for further details.
    Redacted EFO DHA FE HQ Facilities Operations Branch (FOB) Support
    Active
    Dept Of Defense
    The Department of Defense, through the Army Corps of Engineers, is seeking to contract NIKA Technologies, Inc. for Facilities Operations Branch Support Services at the Defense Health Agency (DHA) Facilities-Enterprise Headquarters in San Antonio, Texas. This non-competitive Task Order is justified under urgent needs for facility operations, as delays could critically hinder medical care for service members, necessitating immediate technical and administrative support for Military Treatment Facilities globally. The contract is set to commence on August 5, 2024, for a four-week performance period, with the urgency of the requirement underscoring the importance of compliance with Joint Commission standards and operational safety. Interested parties can contact Jasmine Jackson at Jasmine.N.Jackson@usace.army.mil or by phone at 256-895-1309 for further details.
    BPA for Asbestos and Mold Testing
    Active
    Dept Of Defense
    The Department of Defense, specifically the McAlester Army Ammunition Plant, is seeking proposals for a Blanket Purchase Agreement (BPA) for asbestos and mold testing services. The procurement aims to engage AHERA-accredited building inspectors to conduct inspections of suspected asbestos-containing materials, adhering to EPA regulations for sampling, documentation, and laboratory analysis. This initiative is crucial for hazard identification and remediation, ensuring compliance with environmental safety standards. Interested contractors must submit their signed proposals by September 23, 2024, at 3:00 PM Central Daylight Time, and are required to have an active registration in the System for Award Management (SAM). For further inquiries, Regina Gibson can be contacted at regina.l.gibson7.civ@army.mil or by phone at 918-420-7454.
    Oil/Water Holding Tank Clean-up
    Active
    Dept Of Defense
    The Department of Defense, specifically the 144th Fighter Wing at the Fresno Air National Guard Base, is seeking qualified small businesses to provide oil/water holding tank clean-up services. The contractor will be responsible for emptying and visually inspecting six holding tanks and one catch basin, ensuring compliance with federal regulations and environmental standards. This procurement is critical for maintaining environmental safety and operational efficiency at the facility, with a total award amount estimated at approximately $16.5 million. Interested parties must submit their quotes electronically by September 20, 2024, and are encouraged to attend a site visit scheduled for September 11, 2024, to better understand the project requirements. For further inquiries, contact the 144th Contracting Office at 144.FW.FAL.MSC.Contracting@us.af.mil or call (559) 454-5129.
    Preventative Maintenance for VLM's
    Active
    Dept Of Defense
    The Department of Defense, specifically the Army, is soliciting proposals for preventative maintenance services for thirty-three Vertical Lift Modules (VLMs) at the Corpus Christi Army Depot in Texas. The contractor will be required to conduct one onsite visit annually, adhering to the Performance Work Statement, with the contract set aside for small businesses. These VLMs are critical for managing aircraft parts, emphasizing the need for specialized maintenance to ensure operational efficiency. Proposals are due by September 19, 2024, at 3:00 PM, and interested parties can contact Jennifer Salyers at jennifer.l.salyers2.civ@army.mil for further information.