Temporary Bathhouse for Heritage Club Pool during Demo/Rebuild of New Bathhouse
ID: F3QTAK5106A001Type: Combined Synopsis/Solicitation
AwardedMay 12, 2025
$29.7K$29,746
AwardeeInspired Consulting Services, LLC Ocilla GA 31774 USA
Award #:FA850125P0020
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA8501 OPL CONTRACTING AFSC/PZIOROBINS AFB, GA, 31098-1672, USA

NAICS

Truck, Utility Trailer, and RV (Recreational Vehicle) Rental and Leasing (532120)

PSC

LEASE OR RENTAL OF EQUIPMENT- SERVICE AND TRADE EQUIPMENT (W035)

Set Aside

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

    The Department of Defense, specifically the Department of the Air Force, is seeking proposals from small businesses for the lease of a temporary bathhouse at the Heritage Club Pool during the demolition and reconstruction of the existing facility at Robins Air Force Base in Georgia. The contractor will be responsible for providing a portable bathroom and shower trailer that includes four private stalls equipped with hot and cold water, toilets, and sinks, with maintenance services required within 48 hours of a request. This temporary facility is crucial for ensuring continued access to essential services for pool users during the renovation period, which is scheduled from May 20 to September 2, 2025, with a total award amount of $47,000,000. Interested vendors should direct inquiries to Jascanel Ferreras at jascanel.ferreras@us.af.mil and submit their proposals in accordance with the solicitation guidelines.

    Point(s) of Contact
    Files
    Title
    Posted
    The document addresses inquiries regarding the solicitation FA850125Q0029 for a temporary bathhouse at the Heritage Club Pool during the demolition and rebuilding of the new bathhouse. Key responses include that the rental unit will be serviced weekly, with grey water removal not necessary; instead, a direct sewer connection will be established by civil engineering (CE). While the United States Government (USG) will supply power, fresh water, and maintain restroom cleanliness, the contractor is only obligated to restock supplies. Additionally, the USG will provide propane tanks, which need to be portable for refilling. This communication outlines the expectations and responsibilities related to the temporary bathhouse, emphasizing efficiency and logistical support during the reconstruction phase.
    The document presents a series of questions and answers related to a federal solicitation for a temporary bathhouse at the Heritage Club Pool during the demolition and reconstruction of a new facility. Key points include the requirement for weekly servicing of the rental unit, indicating the standard maintenance expectations. Grey water removal is not necessary; however, the trailer will be connected to the campus sewer system by civil engineering personnel. There is no provision for dumping grey water on base; instead, power and fresh water will be supplied for necessary operations. The responses clarify operational expectations and infrastructure arrangements pertinent to the contract. Overall, this file emphasizes logistical considerations essential for the successful implementation of the rental contract during the pool's refurbishment.
    The document outlines a solicitation for a Women-Owned Small Business (WOSB) contract, specifically for the lease of portable showers at the Heritage Club Pool during the construction of new facilities. The solicitation number is FA850125Q0029, with a total award amount of $47,000,000, to be submitted by small business vendors. The request is framed as a Request for Quotation (RFQ) under FAR guidelines, emphasizing that only quotes from small businesses will be accepted. The primary point of contact is Jascanel Ferreras. The lease is intended for two performance periods, with the base period from May 20, 2025, to September 2, 2025, and an optional extension in 2026. The proposal details the required services, including installation, maintenance, and inspection, and stipulates adherence to federal clauses regarding service contracts. It also stresses the importance of compliance with safety and procurement regulations, addressing funding availability constraints. The overall goal is to enhance the pool experience while ensuring safe and accessible facilities for users and staff.
    This Statement of Work outlines the requirements for a contractor to provide a temporary bathhouse for the Heritage Club Pool at Robins Air Force Base during the rebuilding of the existing facility. The contractor is responsible for delivering and maintaining a portable bathroom and shower trailer that includes private stalls with hot and cold water, toilets, and sinks. Maintenance and service must be available within 48 hours of a request. Security measures require contractors and their employees to meet specific access requirements and follow base regulations. The project is scheduled from May 20 to September 2, 2025, with the government supplying site access, utilities, and emergency services. Compliance with safety and environmental regulations is crucial, with the need for proper waste disposal and site maintenance. The contractor must designate a Program Manager as a contact, and all personnel are required to wear identification. Overall, this document highlights the need for a reliable temporary facility to support pool activities during the renovation, emphasizing strict adherence to safety, security, and operational standards during the project's duration.
    Similar Opportunities
    RENOVATE B110
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Savannah District, is preparing to issue a Request for Proposal (RFP) for the renovation of Building 110 at Robins Air Force Base in Georgia. This project involves significant renovations, including the upgrade of two hangar wings and administrative spaces, site improvements, lead-based paint and asbestos abatement, as well as enhancements to HVAC, electrical, and plumbing systems. The contract, which is a 100% Small Business Set-Aside under NAICS code 236220, is expected to have a construction magnitude between $25 million and $100 million, with a performance period not exceeding 1850 calendar days. Interested contractors should note that the anticipated solicitation release is around February 6, 2026, with bids due by March 6, 2026, and must be submitted electronically via the Procurement Integrated Enterprise Environment (PIEE) Solicitation Module. For further inquiries, contact Tatjana Fisher at tatjana.m.fisher@usace.army.mil or Jeremiah Scheil at jeremiah.j.scheil@usace.army.mil.
    Z--NCR PRWI: C5 BATHHOUSE & VISITOR ACCESS
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is issuing a presolicitation announcement for the rehabilitation of two bathhouses at Cabin Camp 5 in Prince William Forest Park, Triangle, VA. The project, estimated to cost between $1,000,000 and $5,000,000, aims to reconfigure the bathhouses for compliance with the Architectural Barriers Act Accessibility Standards (ABAAS), replace fixtures, and upgrade plumbing, masonry, and electrical systems, while also constructing accessible pedestrian paths. This procurement is set aside for small businesses under NAICS code 236220, with a contract duration of 200 days, and the solicitation is expected to be released electronically on SAM.gov on or after December 8, 2025, with responses due approximately 30 days later. Interested vendors must be registered and active in SAM, and inquiries should be directed to Tim Wind at timwind@nps.gov.
    M0068126Q0004 Chemical Toilets RFQ
    Dept Of Defense
    The Department of Defense, specifically the Marine Corps Installations West at Camp Pendleton, is soliciting proposals for an Indefinite Delivery Indefinite Quantity (IDIQ) contract to provide chemical toilets and hand-washing stations, along with cleaning services, at various locations in Southern California, including Camp Pendleton, Fallbrook, San Diego, and Miramar. The contract requires the contractor to deliver, clean (twice weekly), restock, and remove waste from the facilities, with services to be performed in rugged, off-road environments necessitating all-terrain vehicles. Interested parties must submit their quotes via email by December 27, 2025, and ensure they are registered in SAM, with all required documentation completed, including past performance and pricing worksheets. For further inquiries, potential bidders can contact Nicholas Vonbargen at nicholas.vonbargen@usmc.mil or John Rutkowsky at john.rutkowsky@usmc.mil.
    Grease Trap Cleaning Service
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals from qualified small businesses for grease trap cleaning services at Beale Air Force Base (AFB) in California. The contract requires both scheduled quarterly and unscheduled cleaning services for six underground grease traps across five facilities, ensuring compliance with local, state, and federal regulations while preventing blockages and odors in the kitchen’s wastewater system. This non-personal service contract, valued at approximately $16.5 million, includes a base period from February 1, 2026, to January 31, 2027, with four optional one-year extensions, and proposals are due by January 9, 2026, at 10:00 AM PST. Interested parties should contact Teresa Romig at teresa.romig@us.af.mil or SSgt Jacob Duderstadt at jacob.duderstadt@us.af.mil for further information.
    Fleet Janitorial Services Maintenance
    Dept Of Defense
    The Department of Defense, specifically the Air Force Test Center, is seeking proposals for Fleet Janitorial Services Maintenance at Edwards Air Force Base in California. The contract requires the provision of comprehensive janitorial services for aircraft, including cleaning galley areas, managing waste, replenishing supplies, and servicing potable water systems, with a performance period extending from March 16, 2026, to March 31, 2031. This opportunity is critical for maintaining operational readiness and hygiene standards for aircraft assigned to the base. Interested small businesses must submit their proposals by January 26, 2026, and can direct inquiries to Richard Godoy at richard.godoy@us.af.mil or Cinthia Arias at cinthia.arias@us.af.mil, with an estimated total contract value of $22 million.
    Tinker AFB MAC BOA - WWYK190048 - Repair Restrooms and Janitors Closet, B1055
    Dept Of Defense
    The Department of Defense, through the Air Force, is soliciting proposals from holders of the Tinker AFB MAC BOA for the renovation of restrooms and a janitor's closet at Building 1055, located in S Coffeyville, Oklahoma. The project, identified as WWYK190048, involves comprehensive repairs including the replacement of underground utilities, installation of ADA-compliant fixtures, and enhancements to ventilation systems, all while ensuring the facility remains operational during construction. Interested contractors must attend a mandatory site visit scheduled for December 17, 2025, and submit their Requests for Information (RFIs) by January 6, 2026, to the designated contacts, Isaac Demmers and Tamra Torres, whose emails are provided in the opportunity details. The project emphasizes adherence to strict quality control and safety regulations, with specific documentation requirements outlined in the attached Statement of Work and submittal register.
    Emergency Sewage Pumps
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking procurement for emergency sewage pumps to be utilized at Barksdale Air Force Base in Louisiana. This contract aims to acquire sewage treatment equipment, which is critical for maintaining sanitation and operational readiness in emergency situations. The procurement is justified under the need for reliable sewage management systems, ensuring the base can effectively respond to potential crises. Interested vendors can reach out to Marcus Olearnick at marcus.olearnick@us.af.mil or by phone at 318-456-2202, or contact MSgt Randy McGinnis at randy.mcginnis@us.af.mil or 318-456-1353 for further details.
    Pilot Locker Restroom Renovation
    Homeland Security, Department Of
    The Department of Homeland Security's U.S. Coast Guard is seeking proposals for the renovation of the pilot locker restroom at Base Borinquen in Aguadilla, Puerto Rico. The project aims to upgrade essential facilities, including showers, toilets, sinks, and lighting, while ensuring compliance with local building codes and minimizing disruption to Coast Guard operations. This renovation is crucial for enhancing user experience and aligning restroom facilities with modern standards. Interested contractors are encouraged to attend a site visit scheduled for July 31, 2025, and must submit their quotes by 12 PM on August 8, 2025, to Miguel A. Cruz-Rivera. For further inquiries, contact Hector D. Laguer Garcia or LT Clara Dahill Baue via the provided emails.
    Gull Lake Self-Contained Flush Vault Restroom
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE) St. Paul District, is planning to solicit bids for the Gull Lake Self-Contained Flush Vault Restroom project in Brainerd, Minnesota. This project entails the removal and disposal of an existing vault toilet building and the installation of a new prefabricated, pre-cast concrete, self-contained flush vault restroom along with its associated vault. The contract, which is set aside for small businesses, is valued between $250,000 and $500,000 and will be awarded as a firm fixed-price contract through an Invitation for Bid (IFB) process. Interested contractors must ensure they are registered in the System for Award Management (SAM) and can contact Roberta L. Just at roberta.l.just@usace.army.mil or 651-290-5375 for further information.
    Cannon AFB - Operation and Maintenance of Wastewater Treatment Plant
    Dept Of Defense
    The Department of Defense, through the 27th Special Operations Contracting Squadron, is seeking proposals for the operation and maintenance of the Wastewater Treatment Plant (WWTP) at Cannon Air Force Base (AFB) in New Mexico. This procurement, designated as a Total Small Business Set-Aside, requires comprehensive non-personal services, including management, tools, supplies, equipment, and certified personnel to ensure 24/7 operation, maintenance, inspection, and repair of the WWTP, which has a capacity of approximately 1.5 million gallons per day. Proposals must demonstrate technical capability, past performance, and pricing, with a focus on technical and past performance factors being significantly more important than price. Interested vendors should submit their proposals by January 7, 2026, at 12:00 P.M. MST, and are encouraged to attend site visits scheduled for December 4 and 11, 2025. For further inquiries, contact Karina Bala at karina.bala@us.af.mil or Iris Rangel Bermudez at iris.rangelbermudez.1@us.af.mil.