Changeflow GovPing Trade & Sanctions DFAS Issues RFQ for Industrial Hygiene Air Qual...
Routine Notice Added Final

DFAS Issues RFQ for Industrial Hygiene Air Quality Testing Services

Favicon for sam.gov SAM.gov Environmental Compliance Services
Published
Detected
Email

Summary

Defense Finance and Accounting Service (DFAS) Contract Services Directorate has issued a Request for Quotation (RFQ) for industrial hygiene air quality testing and survey services at their Columbus, OH facility. Solicitation HQ042326QE044 is evaluated per FAR 12.203 with intent to award a purchase order to one vendor under full and open competition. The associated NAICS is 541620 (Environmental Consulting Services) with a small business size standard of $19M.

What changed

DFAS has released a solicitation for industrial hygiene air quality testing services at their Columbus, OH facility. The RFQ incorporates provisions and clauses in effect through Federal Acquisition Circular 2026-01 and will be evaluated under FAR 12.203. Vendors must provide technical approach documentation and meet a mandatory site visit requirement.

Affected parties—environmental consulting firms and contractors offering air quality testing services—should prepare quotations per the Performance Work Statement requirements. Submissions are limited to 15MB via email with specific required information including CAGE code, point of contact details, and technical approach attachments.

What to do next

  1. Submit quotation by email to miranda.j.amir.civ@mail.mil by 10:00 AM EST, May 12, 2026
  2. Attend mandatory site visit on April 27, 2026, at 10:30am EST (contact contracting officer by April 22, 2026)
  3. Submit questions to contracting officer by 12:00 PM EST, May 05, 2026

Archived snapshot

Apr 14, 2026

GovPing captured this document from the original source. If the source has since changed or been removed, this is the text as it existed at that time.

Industrial Hygiene Testing and Survey

Active Contract Opportunity Notice ID HQ042326QE044 Related Notice Department/Ind. Agency DEPT OF DEFENSE Sub-tier DEFENSE FINANCE AND ACCOUNTING SERVICE (DFAS) Office DEFENSE FINANCE AND ACCOUNTING SVC

Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (PTAP).

General Information

  • Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
  • Original Published Date: Apr 13, 2026 11:19 am EDT
  • Original Date Offers Due: May 12, 2026 10:00 am EDT
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: May 27, 2026
  • Initiative:
    • None

Classification

  • Original Set Aside: No Set aside used
  • Product Service Code: B502 - SPECIAL STUDIES/ANALYSIS- AIR QUALITY
  • NAICS Code:
    • 541620 - Environmental Consulting Services
  • Place of Performance: Columbus, OH 43213 USA

Description

INSTRUCTIONS TO VENDORS / EVALUATION FACTORS (Also provided as an attachment)

Defense Finance and Accounting Services

Industrial Hygiene - Air Quality Testing and Report

Solicitation: HQ042326QE044

Defense Finance and Accounting Service (DFAS) Contract Services Directorate (CSD) is issuing a Request for Quotation (RFQ) for the purchase of supplies/services specified in the attached Performance Work Statement (PWS). Quotation evaluation will be conducted in accordance with FAR 12.203, with the intention to award a purchase order to one vendor.

The solicitation number is HQ042326QE044 and is issued as a request for quotation (RFQ).

The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2026-01.

This requirement is solicited as full and open competition. The associated NAICS is 541620 and the small business size standard is $19M.

ISSUED BY:

CONTRACTING OFFICER:

Point of Contact: Miranda Amir

Phone Number: (667) 894-6568

E-mail address: miranda.j.amir.civ@mail.mil

Quotations shall be received by email to Miranda Amir at miranda.j.amir.civ@mail.mil and by 10:00 AM EST, May 12, 2026. There is a 15MB limit for all email submissions.

Questions regarding this solicitation are due to Miranda Amir at miranda.j.amir.civ@mail.mil by 12:00 PM EST, May 05, 2026. Questions will be answered at the discretion of the Contracting Officer.

Mandatory Site Visit: Monday, April 27, 2026, at 10:30am EST. Please contact the Contracting Officer listed above, if you wish to submit a quote, no later than 12pm EST on April 22, 2026, and further guidance regarding access approval will be provided.

DFAS reserves the right to accept a late quote if the late quote would not unduly delay the acquisition and the contracting officer makes the determination that it is in the best interests of the Government to accept the “late” quote.

GENERAL INSTRUCTIONS:

Quotations shall include the RFQ number, date of submittal, the vendor’s name, address, CAGE, POC name, phone number, and email. Quotes shall include the following attachments:

  • The first attachment represents the quoter’s response to Technical Approach.
  • The second attachment represents the quoter’s pricing.
  • The third attachment represents the quoter’s response to the applicable clauses located on the SF1449.
  • The fourth attachment represents the quoter’s Certificate of Independent Technical Review (CITR)
  • Vendors may use the body of the email as a cover letter.
  • All emails shall include the RFQ number in the subject line. Note: There is a 15MB limit for email submissions. SUBMISSION INSTRUCTIONS:
  1. Technical Approach: Quoters shall provide a detailed description of their technical approach for meeting the Performance Work Statement (PWS) requirements, as well as a Certificate of Independent Technical Review (CITR). Submissions must clearly demonstrate an understanding of and ability to fulfill all PWS requirements, including those identified in Section 2.0 Scope of Requirement. The Technical Approach must be submitted electronically in a readable format (e.g. Adobe PDF, Microsoft Word, PowerPoint or Excel). All documents must use 8 ½ x 11-inch pages, single-spaced, with one-inch margins on all sides, and a minimum 12-point font. The Technical Approach is limited to a maximum of five (5) pages. Pages exceeding this limit will not be reviewed or considered.
    • CITR attachment is required but does not count toward the five-page limit.
  2. Price Quote: Quoters shall provide pricing for all CLINs listed in SF1449, by completing Attachment 2. Prices should be submitted as a firm fixed price showing unit and extended pricing for the base period and all option periods. The price shall include all labor, materials, equipment, and travel necessary to provide the supplies/services as required by the PWS. To permit a thorough and effective evaluation, all submissions shall be as concise, complete and clear as possible to permit the Government to make an evaluation without further discussions. The Government reserves the right to make a determination based solely on the information submitted and proceed without clarifications or discussions.

EVALUATION:

The basis for award selection is Lowest Price Technically Acceptable (LPTA). This acquisition is being solicited as unrestricted.

To be technically acceptable the offeror shall not take any exceptions to the RFQ. To be considered for award, offeror must have an active SAM.gov registration.

The Government will begin the evaluation process with a ranking based on the Total Evaluated Price from the lowest to highest price. Following the price ranking, only the lowest priced offeror(s) will be evaluated for technical acceptability. If acceptable, the evaluation will stop at that point and award will be made to the lowest priced technically acceptable offeror. If unacceptable, the Government will continue to review quotes in order of price until evaluating one that is technically acceptable and eligible for award. The Government reserves the right to conduct additional technical evaluations as deemed necessary.

Technical **** Capability: **** Technical Capability will be evaluated on an Acceptable/Unacceptable basis as follows.

Acceptable

Quotation meets requirements (including certification and period of performance) and indicates an adequate approach and understanding of the requirements.

Unacceptable

Quotation does not meet requirements/certification solicited and/or does not indicate an adequate approach and understanding of the requirements.

The Government intends to award a firm fixed-price purchase order to the responsible vendor whose quote:

  • Meets the technical requirement
  • Provides documentation of CITR
  • Offers pricing determined to be fair and reasonable
  • Can meet the delivery time required Price: Price reasonableness will be determined in accordance with IAW FAR 12.203. Quotes shall remain valid for a minimum of 60 days.

The government has included 52.217-8, Option to Extend Services For evaluation purposes, the Government will consider the price for the six-month Option to Extend Services as equal to half the price of the last option period quoted. The total evaluated price will include the base period and all options including the Option to Extend Services. Evaluation of options will not obligate the government to exercise the options.Defense Finance and Accounting Services

PROVISION/CLAUSE FILL-INS:

The Offeror shall complete representations and certifications, if not already available in on

SAM.gov; otherwise, the quoter shall submit the full text version with fill-ins completed at the time of quotation. Full text of provisions/clauses may be accessed electronically at

www.acquistion.gov.

PROTESTS:

Companies protesting this procurement may file a protest 1) with the contracting officer, 2) with the General Accounting Office, or 3) pursuant to Executive Order No. 12979, with the Agency for a decision by the Activity’s Chief of the Contracting Office. A protest filed with the agency per # 3) should clearly state that it is an "Agency Level Protest under Executive Order No. 12979." Absent a clear indication of the intent to file an agency level protest, a protest will be presumed to be a protest to the contracting officer. Upon request, the agency will consider an independent review at a level above the contracting officer for protests filed with the agency per #3).


Attachments/Links


Contact Information

Contracting Office Address

  • CONTRACT SERVICES DIRECTORATE 3990 EAST BROAD STREET BLDG21-2B218
  • COLUMBUS , OH 432131152
  • USA

Primary Point of Contact

Secondary Point of Contact


History

  • Apr 13, 2026 11:19 am EDT Combined Synopsis/Solicitation (Original)

CFR references

FAR 12.203

Named provisions

Federal Acquisition Circular 2026-01 Performance Work Statement

Get daily alerts for SAM.gov Environmental Compliance Services

Daily digest delivered to your inbox.

Free. Unsubscribe anytime.

About this page

What is GovPing?

Every important government, regulator, and court update from around the world. One place. Real-time. Free. Our mission

What's from the agency?

Source document text, dates, docket IDs, and authority are extracted directly from DFAS.

What's AI-generated?

The summary, classification, recommended actions, deadlines, and penalty information are AI-generated from the original text and may contain errors. Always verify against the source document.

Last updated

Classification

Agency
DFAS
Published
April 13th, 2026
Compliance deadline
May 12th, 2026 (28 days)
Instrument
Notice
Legal weight
Non-binding
Stage
Final
Change scope
Minor
Document ID
HQ042326QE044

Who this affects

Applies to
Government agencies Construction firms
Industry sector
5416 Management Consulting
Activity scope
Air quality testing Industrial hygiene surveys Environmental consulting
Threshold
Small business size standard $19M
Geographic scope
United States US

Taxonomy

Primary area
Government Contracting
Operational domain
Procurement
Compliance frameworks
FAR
Topics
Environmental Protection Occupational Safety

Get alerts for this source

We'll email you when SAM.gov Environmental Compliance Services publishes new changes.

Free. Unsubscribe anytime.

You're subscribed!