Pool Sunshade
ID: FA460825QS117Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4608 2 CONS LGCBARKSDALE AFB, LA, 71110-2438, USA

NAICS

Facilities Support Services (561210)

PSC

HOUSEKEEPING- FACILITIES OPERATIONS SUPPORT (S216)

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 soliciting quotes for the installation of sunshade structures at Barksdale Air Force Base in Louisiana. The project requires the installation of three single post pyramid cantilever shades and one full hip cantilever shade at the Main Base pool, aimed at enhancing outdoor shading and safety for pool users. This procurement is set aside for small businesses, with a performance period from October 1, 2025, to May 20, 2026, and quotes are due by April 28, 2025. Interested vendors should contact SSgt Shakera Wilson at shakera.wilson@us.af.mil or (318) 456-3493 for further details and to confirm participation in a site visit scheduled for April 14, 2025.

    Files
    Title
    Posted
    The document comprises the provisions and clauses for Request for Quotation (RFQ) FA460825QS117, detailing the requirements for offerors intending to submit quotes. It specifies that all firms must be registered in the System for Award Management (SAM) and provides submission guidelines, including the necessity to email quotes to designated contract personnel. The Technical Plan must address installation processes, equipment protection, and warranty, while compliance with evaluation criteria focusing on price and technical factors is emphasized. Operational clauses include compliance with federal regulations related to specific prohibitions and labor standards, as well as safety measures on government installations. It outlines the flow-down clauses required in subcontracts and mandates adherence to general and specific FAR and DFARS provisions. The document also introduces an ombudsman for conflict resolution and prohibits the use of Class I ozone-depleting substances. Overall, this RFQ serves to guide vendors in preparing their proposals while ensuring compliance with federal acquisition policies, maintaining safety standards, and promoting fair labor practices within government contracts and procurements.
    The Statement of Work (SOW) FA460825QS117 outlines the installation of sunshade sails at Barksdale Air Force Base's main pool as part of its renovation efforts. The contractor will install two types of sunshade structures: three single post pyramid cantilever shades (20’x20’) and one full hip cantilever shade (60’x20’). The project aims to provide shaded areas, enhance pool safety, and moderate water temperature during installation, which is scheduled for the offseason between Labor Day and Memorial Day. The contractor is responsible for all necessary resources and must obtain approval from the 2nd Civil Engineer Squadron. Additionally, the SOW includes security protocols, including the requirement for visitor passes and compliance with base traffic regulations. The contractor must also maintain environmental protections, manage waste appropriately, and implement a safety plan with required personal protective equipment (PPE). Moreover, they are accountable for reporting any accidents or incidents related to government property. This document serves as a comprehensive guide for contractors bidding on the project, aligning with government protocols for safety, compliance, and environmental stewardship.
    The government file outlines specifications for the procurement of sunshade sails as part of a project to enhance outdoor shading solutions. The request includes three single post pyramid cantilever shade structures, each supported by a 10-foot high steel pole, which is finished with a coastal primer and black powder coat. The poles feature a diameter of 8.63 inches with a thickness of 0.32 inches, anchored in drilled pier footings with recessed base plates. Each canopy measures 20 feet by 20 feet, made from Shadesure fabric in a royal blue color, and utilizes galvanized cables or hardware. Additionally, one full hip cantilever shade structure is specified, comprising three similar steel poles and two connected canopies, each measuring 30 feet by 20 feet, providing a total of 60 feet by 20 feet of coverage. The document serves as a detailed outline for vendors responding to the government RFP, emphasizing the required materials and construction standards necessary for submission and compliance with project specifications.
    The document pertains to various federal and state Request for Proposals (RFPs) and grants, focusing on the regulatory frameworks surrounding federal wage determinations for contractors engaging in public projects. It outlines necessary compliance standards concerning employee wages, labor classifications, and job descriptions across numerous positions, reflecting the comparative wage rates established by the Department of Labor. The document also emphasizes the importance of adhering to prevailing wage laws to ensure fair compensation and labor protection for workers within the contract framework. This is critical for maintaining transparency, upholding labor rights, and fostering equitable economic practices in governmental contracting processes. The details reflect the government's commitment to uphold fair labor standards while engaging contractors for federally and state-funded projects, ensuring that funds are allocated appropriately and work conditions meet established legal requirements.
    The document serves as a combined synopsis and solicitation for commercial services, specifically as a Request for Quotation (RFQ) from the Department of the Air Force, targeting small businesses. The purpose is to procure the installation of three single post pyramid cantilevers and one full hip cantilever at the Main Base pool in Barksdale AFB, Louisiana. Contractors are required to provide labor and materials according to specified attachments detailing provisions, scope of work, and wage determinations. The performance period spans from October 1, 2025, to May 20, 2026, with quotes due electronically by April 28, 2025. A site visit is scheduled for April 14, 2025, with pre-confirmation needed. The solicitation outlines that no awards will be made until funding becomes available, reflects the best value determination based on price and technical capabilities, and stipulates that the government may cancel the solicitation without reimbursement obligations. Key contacts include the contract specialist and contracting officer for inquiries and submissions. This RFQ emphasizes the significance of competitive pricing and timely communication for participating vendors.
    Lifecycle
    Title
    Type
    Pool Sunshade
    Currently viewing
    Solicitation
    Similar Opportunities
    RENOVATE CORROSION CONTROL HANGAR BLG 6626
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for the renovation of the Corrosion Control Hangar Building 6626 located at Barksdale Air Force Base in Louisiana. This project falls under the NAICS code 236220, which pertains to Commercial and Institutional Building Construction, and aims to repair or alter airfield structures as indicated by the PSC code Z2BZ. The opportunity is set aside for 8(a) sole source contractors, emphasizing the importance of supporting small businesses in federal contracting. Interested parties can obtain further details by logging into the Procurement Integrated Enterprise Environment (PIEE) and searching for solicitation number W9126G26RA042. For inquiries, contact Bijay Gurung at bijay.gurung@usace.army.mil or call 817-886-1018.
    Construct a B-21 Field Training Detachment Building at Dyess AFB, TX
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers – Fort Worth District, is seeking experienced firms to construct a B-21 Field Training Detachment Building at Dyess Air Force Base in Texas. This project involves a comprehensive scope of work, including the construction of a concrete foundation, steel frame structure, and various utility installations, all designed to meet stringent security and safety requirements. The estimated construction cost ranges from $250 million to $500 million, with a project duration of approximately 42 months, and interested firms must respond to the sources sought notice by December 16, 2025, to express their capabilities and interest. For further inquiries, firms can contact Nicole Esser at nicole.r.esser@usace.army.mil or Matthew Dickson at matthew.s.dickson@usace.army.mil.
    Repair MAF Roofs
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for the "Repair MAF Roofs" project at Malmstrom Air Force Base in Montana. This project involves the demolition of existing asphalt-shingle roof systems and the installation of new roofing on six Missile Alert Facilities, including the replacement of shingles, underlayment, ice and water shields, gutters, soffit, fascia, and the repair of dormer decking. This procurement is critical for maintaining the structural integrity and functionality of the facilities, ensuring they remain operational for defense purposes. A firm-fixed-price contract valued between $500,000 and $1,000,000 will be awarded, with proposals expected to be available by December 15, 2025, and closing around January 20, 2026. Interested contractors must be registered in SAM and can contact Branden Lawson at branden.lawson@us.af.mil or 406-731-4353 for further details.
    83--POLE,BEACH,PANEL MA
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Troop Support), is seeking quotes for the procurement of 200 units of the NSN 8345002743936, specifically a beach panel pole. This solicitation is part of a total small business set-aside and aims to fulfill the needs of Arizona Industries for the Blind, highlighting the importance of providing specialized equipment for various military applications. Interested vendors must submit their quotes electronically, as hard copies will not be available, and all inquiries should be directed to the buyer via the provided email address, DibbsBSM@dla.mil. The solicitation is available on the DLA's website, with a delivery deadline set for 204 days after order placement.
    PKA Relocatable Facility
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking sources for the installation of a 4,032 square foot Relocatable Facility (RLF) at Francis E. Warren Air Force Base in Wyoming. The contractor will be responsible for providing all necessary management, tools, supplies, equipment, and labor to ensure the facility is constructed in compliance with applicable laws and regulations, including the integration of essential utilities and adherence to security and safety protocols. This procurement is part of a market research effort to identify potential small business sources, with responses used to inform future acquisition strategies; interested parties must submit their capability statements and any questions by December 12, 2025, to the designated contacts, 1st Lt Kamary Williams and Liezel McIntyre, via email.
    BEJ Maintenance Compound Roof Replacements
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is seeking qualified small businesses to undertake roof replacement work at the BEJ Maintenance Compound in Moncure, North Carolina. The project involves the removal of existing corrugated metal roofs from two maintenance buildings and the installation of new twenty-four gauge PBR panel roofs along with insulation systems, with a primary focus on Compound Building 1 and an optional item for Compound Building 2. This procurement is part of the government's initiative to engage small businesses in federal construction contracts, with a contract value estimated between $25,000 and $100,000, and a completion timeline of 120 days post-award. Interested bidders must be registered in the System for Award Management (SAM) and can expect the solicitation to be available electronically on or about May 2, 2025; for further inquiries, they may contact Benjamin Rickman or Jenifer Garland via the provided emails.
    Design and Build Repair Facade and Roof B707
    Dept Of Defense
    The Department of Defense, specifically the Air Force Reserve Command at the 934th Minneapolis Air Reserve Station, is seeking qualified contractors for a Design-Build project focused on the repair of the façade and roof of Building 707, a 299-room lodging facility. The project entails comprehensive professional design services, including field investigations, design document preparation, and construction monitoring, with responsibilities for all supervision, labor, materials, and equipment necessary to fulfill the requirements outlined in the Statement of Work. This initiative is critical for maintaining the structural integrity and safety of the facility, which has experienced issues such as leaking skylights and façade failures, necessitating repairs to both the exterior and interior elements. Interested vendors must submit a capabilities statement by January 5, 2026, to Chin Kuk Dahlquist at chin.kuk.dahlquist.1@us.af.mil, with the anticipated contract value ranging between $1 million and $5 million and a performance period of 405 days.
    Luke Air Force Base 2026 Air Show - Video Screen Services
    Dept Of Defense
    The Department of Defense is soliciting proposals for video screen services for the Luke Air Force Base 2026 Air Show, with the contract managed by the 56th Fighter Wing. The selected vendor will be responsible for the setup, operation, and removal of high-resolution video screens from March 18 to March 23, 2026, ensuring optimal visibility and technical support throughout the event. This procurement is crucial for enhancing the visual experience of attendees at the air show, which is a significant public relations event for the Air Force. Interested small businesses must submit their quotes by January 5, 2026, at 1500 EST, and should direct inquiries to the primary contact, 2d Lt Jalen Johnson, at jalen.johnson.17@us.af.mil or 623-856-2730. The total contract value is estimated at up to $40 million, contingent upon available funding.
    Luke Air Force Base 2026 Air Show - Audio Services
    Dept Of Defense
    The Department of Defense is soliciting proposals for audio services for the Luke Air Force Base 2026 Air Show, scheduled for March 20-22, 2026. The selected contractor will be responsible for providing a comprehensive outdoor audio system, ensuring clear sound coverage across all spectator areas, including VIP zones, with setup occurring from March 18-19 and removal by March 23. This contract, valued at $40 million and designated as a Women-Owned Small Business set-aside, emphasizes technical acceptability, past performance, and price in its evaluation criteria. Interested vendors must submit their quotes by December 17, 2025, to the designated contacts, 2d Lt Jalen Johnson and Jacqueline Aranda, via email, ensuring quotes remain valid through March 14, 2026.
    Solicitation Protective Coating and Marking Services
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for Protective Coating and Marking Services at Joint Base Andrews (JBA) in Maryland. The contractor will be responsible for providing all necessary personnel, equipment, and materials to perform tasks such as airfield rubber removal, striping of airfields, streets, and parking lots, as well as maintaining protective coatings and signs across JBA and its surrounding sites. This procurement is critical for maintaining the operational integrity and safety of airfield and pavement markings, which are essential for military operations. Interested contractors, particularly those that are Service-Disabled Veteran-Owned Small Businesses, must register in the System for Award Management (SAM) and submit a Base Access Letter by December 17, 2025, to attend a site visit scheduled for December 19, 2025. The contract has a maximum ceiling of $9.5 million and a minimum order of $2,000, with proposals due by January 7, 2026. For further inquiries, potential bidders can contact Cameron Cox at cameron.cox.8@us.af.mil or Allen Tang at allen.tang@us.af.mil.