Annual Industrial Hygiene and Noise Survey - NAS North Island
Combined Synopsis Solicitation from DEPT OF THE NAVY • DEPT OF DEFENSE. Place of performance: CA. Response deadline: Feb 11, 2026. Industry: NAICS 541620 • PSC F111.
Market snapshot
Awarded-market signal for NAICS 541620 (last 12 months), benchmarked to sector 54.
Related hubs & trends
Navigate the lattice: hubs for browsing, trends for pricing signals.
Point of Contact
Agency & Office
More in NAICS 541620
Description
Update (3) February 6, 2026: Question and Answer document has been updated with new inquiries.
Update (2) February 4, 2026: Question and Answer document has been added as an attachment for clarification purposes. Q&A document will be updated as questions are received.
Update (1) February 4, 2026: Section C, Statement of Work has been updated with a new building number in bold. The most up to date version of RFQ is attached under N6852026Q0001 Amd. 1
General information
This is a combined synopsis/solicitation for commercial services prepared In Accordance With (IAW) the format in FAR Subpart 12.6 “Streamlined Procedures for Evaluation and Solicitation for Commercial Items”, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are requested.
Cost of Quotes: Expenses incurred in the preparation of quotes in response to this RFQ are the vendor’s sole responsibility and not reimbursable by the Government.
SOLICITATION INFORMATION
Fleet Readiness Center (FRC) Aviation Support Equipment (ASE), NAS North Island, has a requirement for ANNUAL INDUSTRIAL HYGIENE AND NOISE SURVEYS. The period of performance is one (1) Base Year plus four (4) Option Years. Full Scope of Work (SOW) is provided in the attached Request for Quote (RFQ) N6852026Q0001, see Section C.
All quotes/responses shall be submitted via email to Jenna Lang at jenna.l.lang2.civ@us.navy.mil no later than 15:00PM Eastern Standard Time on 11 February 2026.
Contract Type: The Government intends to award a single firm fixed price (FFP) award.
This procurement is a total set-aside for small business under the authority of FAR Part 52.219-6.
BASIS FOR SELECTION
Solicitation closing date/time is firm; proposals received after the deadline will not be accepted. Your quote must contain enough technical information i.e. data sheet, drawing, specification, etc. for evaluation. Your quote will only be evaluated based on the information provided. The award will be made on the basis of price of proposals meeting or exceeding the technical capability standards with an acceptable Supplier Performance Risk System (SPRS) rating (https://www.sprs.csd.disa.mil).
Offeror’s must be registered in the System for Award Management Registration (SAM) database prior to submission of an offer to be considered for award of any DoW contract. This may be accomplished electronically at http://www.sam.gov.
INSTRUCTION FOR OFFERORS
To be eligible for award, Offerors shall include at a minimum:
- Provide Unit Pricing for each line item in Section B of the RFQ.
- Company Name and CAGE CODE.
- Company Point of Contact Name, Phone Number, and e-mail Address.
- Signed copy of the RFQ, see Page 1 Box 30 a, b, and c.
- Capability Statement, Not to Exceed Two (2) pages.
Files
Files size/type shown when available.
BidPulsar Analysis
A practical, capture-style breakdown of fit, requirements, risks, and next steps.
FAQ
How do I use the Market Snapshot?
It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.
Is the data live?
The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.
What do P10 and P90 mean?
P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.