ContractSolicitationService-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)

Aquatic Center Pool Service and Maintenance

DEPT OF DEFENSE FA301625R0045
Response Deadline
Jun 25, 2025
Deadline passed
Days Remaining
0
Closed
Set-Aside
Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
Notice Type
Solicitation

Contract Opportunity Analysis

The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for Aquatic Center Pool Service and Maintenance at the Maltz Aquatic Center located at Joint Base San Antonio, Texas. This procurement aims to secure non-personal services including pool cleaning, water testing, and emergency maintenance, with a focus on compliance with federal, state, and military regulations. The contract, valued at approximately $9 million, is set aside exclusively for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and will be awarded based on the Lowest Price Technically Acceptable (LPTA) evaluation method. Interested contractors must submit their proposals by June 25, 2025, and can direct inquiries to Kalyn Becker at kalyn.becker@us.af.mil or Johnathan Leuellen at johnathan.leuellen@us.af.mil.

Classification Codes

NAICS Code
561790
Other Services to Buildings and Dwellings
PSC Code
S299
HOUSEKEEPING- OTHER

Solicitation Documents

12 Files
Synopsis.pdf
PDF39 KB5/19/2025
AI Summary
The U.S. Air Force, via the 502d Contracting Squadron, seeks proposals for cleaning and maintenance services at the Maltz Aquatic Center located at Joint Base San Antonio - Chapman Annex. The Pre-Solicitation Notice, dated May 19, 2025, outlines the procurement for comprehensive pool services, detailing the requirement for contractors to provide personnel, equipment, and materials compliant with relevant federal, state, and military regulations. Contractors must employ certified personnel with appropriate aquatic facility certifications. The contract period spans from June 9, 2025, to June 8, 2028, consisting of a base period and two ordering periods. This RFP is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and responses are due by May 30, 2025. The RFP highlights the U.S. Air Force's initiative to ensure high standards of maintenance and operation in facility management, emphasizing the importance of regulatory compliance and quality service delivery at military installations.
Attachment 2- WD 2015-5253.pdf
PDF48 KB6/11/2025
AI Summary
The document outlines the "Register of Wage Determinations" under the Service Contract Act, managed by the U.S. Department of Labor. It specifies wage rates and benefits required for contractors in Texas, particularly for various occupations, indicating minimum pay under Executive Orders 14026 and 13658. Contracts awarded after January 30, 2022, necessitate a minimum wage of $17.75 per hour, while those within an earlier date range require $13.30 per hour. The detailed wage table includes occupation codes and corresponding rates for diverse roles, from administrative to technical jobs, emphasizing the essential fringe benefits such as health and welfare, vacation, and holiday pay. Notably, it maintains compliance standards for unlisted occupations through a conformance process, ensuring fair compensation aligned with established classifications. The document is crucial for government contracting to assure all parties understand their payment obligations and worker rights within federally funded projects, reinforcing constitutional labor standards. Ensuring accurate implementation protects both contractors and employees economically and legally in their work environments.
Solicitation - FA301625R0045.pdf
PDF2279 KB6/23/2025
AI Summary
The document outlines a solicitation for commercial products and services specifically targeting Women-Owned Small Businesses (WOSB) in connection with maintenance and cleaning services for the Maltz Aquatic Center. This federal acquisition, referenced as solicitation number FA301625R0045, includes detailed provisions regarding the performance requirements, pricing arrangements, delivery schedules, and applicable regulatory clauses, including the Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS). The scope encompasses pool cleaning, water testing, emergency service calls, and repair materials over a three-year period, starting from June 2025. Bids are due by 1:00 PM on June 11, 2025, with a total award amount of USD 9,000,000.00. The document details the responsibilities of the contractor for performance, inspection, and invoicing through the Wide Area Workflow system. Embedded within the solicitation are clauses mandating compliance with various labor and environmental regulations, underscoring the importance of small business participation in federal contracts. The structure is methodically laid out, including sections for schedule, terms, and product codes, emphasizing transparency and adherence to federal procurement practices.
Attachment 1 - PWS 5.28.25.pdf
PDF226 KB6/23/2025
AI Summary
The Performance Work Statement (PWS) outlines requirements for cleaning and maintenance services at the Maltz Aquatic Center, Joint Base San Antonio, Texas, to support the Special Warfare Training Wing. The contractor must provide qualified personnel, including a project manager and trained pool technicians, to oversee pool upkeep in accordance with federal, state, and military regulations. Key tasks include daily pool cleaning, equipment maintenance, and water quality testing, with specific protocols for handling chemicals and hazardous materials. The contractor is responsible for adhering to strict water quality parameters and submitting regular maintenance reports. A quality control plan must be developed to monitor service performance, including documentation of defects and customer complaints. The contractor's adherence to safety, environmental regulations, and operational schedules is critical, as is their accountability for damage to government property. Overall, the PWS emphasizes high-quality service delivery to ensure a safe and clean training environment.
Attachment 3 - Maltz Aquatic Center Questions and Answers.pdf
PDF126 KB6/23/2025
AI Summary
The Maltz Aquatic Center document addresses operational responsibilities related to the maintenance of the facility's pool systems. It outlines that this is a new requirement with no previous contract history. The contractor is responsible for refilling chemical tanks with CO2 and other pool maintenance chemicals, maintaining proper water quality, and ensuring the operation of mechanical systems like filtration and heaters. The pool is chlorinated through an electro chlorination process, and while an auto-fill system is used to maintain water levels, significant emptying relies on pump systems. Chemical ordering is managed in consultation with the Contracting Officer's Representative (COR). Notably, no UV certification is required for these operations. This document illustrates the operational requirements and accountability expected of the contractor within the context of the federal RFP process, ensuring clarity on responsibilities for maintaining the aquatic center's functionality and safety.
Attachment 1 - PWS 6.9.25.pdf
PDF226 KB6/23/2025
AI Summary
The Performance Work Statement outlines requirements for cleaning and maintenance services at the Maltz Aquatic Center, Joint Base San Antonio, Texas, starting June 9, 2025. The contractor is responsible for providing trained personnel, equipment, and materials necessary for pool services, adhering to federal, state, and military regulations. Key roles include designating a project manager and qualified pool technicians responsible for daily maintenance, equipment upkeep, and water quality testing scheduled three times daily. Cleaning will occur five times weekly, ensuring sanitation and upkeep of pool areas and supporting training activities. The contractor must manage hazardous substances safely and develop a Spill Plan for environmental protection. Performance objectives include maintaining cleanliness and equipment, with defined thresholds for defects per month. A Quality Control Plan must be developed alongside the proposal, and regular government inspections will assess performance compliance. The contractor must ensure timely reporting and maintains records of water quality metrics. This document exemplifies a structured government RFP, outlining essential requirements for ensuring safe and effective aquatic facility management, highlighting the importance of compliance, safety, and quality in federal contracts.
Attachment 2 - WD 2015-5253 rev.26 rev.26.pdf
PDF367 KB6/23/2025
AI Summary
The document presents issues related to government requests for proposals (RFPs), grants, and the allocation of resources within federal and state programs. It highlights the importance of complying with safety regulations and guidelines while emphasizing the procedural requirements for project completion. Key topics include the need for thorough assessments of existing conditions, the identification of hazardous materials, and the planning of necessary upgrades to ensure safety and efficiency in public facilities. The report underscores the complexity of coordinating multi-disciplinary efforts among various stakeholders and the significance of adhering to federal standards during renovations. It additionally addresses the necessity of documenting all findings, which is critical for addressing health risks associated with hazardous materials. The overarching aim is to illustrate the federal government's commitment to regulatory compliance, safety, and environmental stewardship in the face of modernization efforts in public buildings.
Amendment - FA301625R00450001.pdf
PDF2275 KB6/23/2025
AI Summary
The document serves as an amendment to a solicitation, primarily aimed at notifying contractors of changes to the response deadlines and performance periods associated with a federal contract. The response due date has been extended from June 11, 2025, to June 20, 2025. Additionally, the period of performance for multiple line items has been updated from the original dates of June 18, 2025 - June 17, 2028, to July 1, 2025 - June 30, 2028. These modifications are crucial for ensuring that contractors can adequately prepare their proposals in alignment with the new timelines. All other terms and conditions in the solicitation remain unchanged. Government contacts for inquiries regarding the amendment include Kalyn Becker (Primary) and Johnathan Leuellen (Contracting Officer). This amendment exemplifies standard practices in government procurement, ensuring clear communication regarding contract modifications while providing contractors with extended opportunities to respond.
Amendment - FA301625R00450003.pdf
PDF1354 KB6/23/2025
AI Summary
This document is an amendment to a federal solicitation, specifically related to the extension of the response due date and updates to the attached documents. The primary purpose of the amendment is to inform of changes to the solicitation, including updating Attachment 2 to reflect a new revision and extending the response deadline from June 20, 2025, to June 25, 2025. Contractors must acknowledge the receipt of this amendment before the specified date, either by returning a signed copy or through electronic communication referencing the solicitation and amendment numbers. The document also outlines requirements for modifying existing offers or contracts. It remains consistent with previous terms and conditions, ensuring that all other contractual obligations are intact. Overall, the amendment serves to facilitate timely responses to the solicitation while maintaining accountability for all parties involved, in accordance with federal guidelines for acquisitions.
Site Visit Sign In Sheet.pdf
PDF230 KB6/23/2025
AI Summary
The document is a sign-in sheet from an event held at the Maltz Aquatic Center on June 3, 2025. It includes the name and signature of an attendee, Johnathan D. Leuellen, along with a digital signature and timestamp. The sheet appears to be simple in structure, serving primarily as a record of participation in the event. The mention of an RFP context implies that this sign-in sheet may be associated with a government initiative or grant program, indicating the importance of tracking attendance for accountability in federal and state project funding. The use of the document ensures compliance with regulatory expectations related to federal grants and RFP processes. Overall, the purpose of the sign-in sheet is to provide a formal log of participants, which is critical for oversight and transparency in government-related functions.
Amendment - FA301625R00450002.pdf
PDF52 KB6/23/2025
AI Summary
This federal solicitation outlines a contract for Commercial Products and Services, specifically aimed at providing operational services for the Maltz Aquatic Center. The document identifies key administrative details such as requisition numbers, contract effective dates, and contact information for inquiries. It includes stipulations for the delivery and maintenance of cleaning and maintenance services over three yearly terms, and emphasizes compliance with federal acquisition regulations. The total award amount is noted as $9,000,000, covering various line items including pool cleaning, emergency calls, and repair/replacement supplies under fixed pricing arrangements. Included are specifics about inspection locations, acceptance criteria, payment instructions through the Wide Area WorkFlow system, and clauses regarding the treatment of small businesses. The solicitation is designed to ensure that women-owned and economically disadvantaged women-owned businesses can apply, showcasing government support for diversity in contracting practices. Overall, it aims to facilitate procurement processes while ensuring compliance with federal regulations and providing operational needs for aquatic services.
Solicitation - FA301625R00450003.pdf
PDF2279 KB6/23/2025
AI Summary
The document outlines a solicitation for services related to the Maltz Aquatic Center, specifically focusing on pool cleaning, water testing, and maintenance. It pertains to a contract awarded to women-owned small businesses as part of efforts to promote economic equity. The overall value of the contract is $9 million, with a performance period extending from July 1, 2025, to June 30, 2028. Various line items detail the services expected, including regular pool maintenance and emergency response. Additionally, the document emphasizes compliance with specific federal acquisition regulations, indicating requirements for unique item identification for deliverables based on their value. The inclusion of relevant clauses supports the integrity and transparency of the procurement process, while ensuring all parties adhere to standards intended to promote fair opportunities for small and disadvantaged businesses. This procurement process aligns with government initiatives aimed at empowering women-owned businesses and ensuring effective service delivery to meet community needs.

Related Contract Opportunities

Project Timeline

postedOriginal Solicitation PostedMay 19, 2025
amendedAmendment #1· Description UpdatedJun 6, 2025
amendedAmendment #2· Description UpdatedJun 11, 2025
amendedAmendment #3· Description UpdatedJun 20, 2025
amendedAmendment #4· Description UpdatedJun 20, 2025
amendedLatest Amendment· Description UpdatedJun 23, 2025
deadlineResponse DeadlineJun 25, 2025
expiryArchive DateJul 10, 2025

Agency Information

Department
DEPT OF DEFENSE
Sub-Tier
DEPT OF THE AIR FORCE
Office
FA3016 502 CONS CL

Point of Contact

Name
Kalyn Becker

Place of Performance

San Antonio, Texas, UNITED STATES

Official Sources