G--2025 CAHA LIFEGUARD SERVICES
ID: 140P5325Q0006Type: Combined Synopsis/Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THENATIONAL PARK SERVICESER SOUTH MABO (54000)HOMESTEAD, FL, 33034, USA

NAICS

All Other Amusement and Recreation Industries (713990)

PSC

SOCIAL- RECREATIONAL (G003)

Set Aside

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

    The Department of the Interior, specifically the National Park Service, is seeking proposals for lifeguard services at Cape Hatteras National Seashore, North Carolina, for the period from April 1, 2025, to September 30, 2025. The contractor will be responsible for providing certified lifeguards at designated beach locations, ensuring compliance with safety regulations, conducting daily safety reports, and responding to emergencies, thereby promoting public safety for the millions of visitors to the area. This procurement is a total small business set-aside, emphasizing the importance of qualified small businesses in delivering essential recreational safety services. Interested parties must submit their proposals by February 25, 2025, and can direct inquiries to Marilia Mateo at marilia_mateo@nps.gov.

    Point(s) of Contact
    Mateo, Marilia
    marilia_mateo@nps.gov
    Files
    Title
    Posted
    The Performance Work Statement (PWS) outlines the requirements for lifeguard services at Cape Hatteras National Seashore, a popular destination in North Carolina attracting over 3 million visitors annually. The contractor must hold Open Water Lifeguard Agency Certification aligned with the United States Lifesaving Association (USLA) standards and provide staffing, training, and equipment for specified beach locations, including Coquina Beach, Buxton Beach, Frisco Beach, and Ocracoke Beach. Key responsibilities include ensuring compliance with safety regulations, conducting daily rip current reports, educating visitors on ocean safety, and responding to emergencies. Lifeguards are required to work collaboratively with local emergency services and provide essential medical assistance when needed. The contract will span from April 2025 to April 2026, with operational lifeguard services commencing over the Memorial Day weekend through Labor Day. Additionally, the contractor must submit performance reports, maintain insurance, and comply with environmental and safety laws, with oversight from the National Park Service. This PWS serves to ensure safe recreational conditions for the public while adhering to federal standards, reflecting the government's commitment to public safety at recreational sites.
    The file outlines the solicitation for lifeguard services at Cape Hatteras National Seashore for the period from April 1, 2025, to September 30, 2025. The document specifies the base service of providing lifeguards in accordance with the attached performance work statement. It presents two option items: the first involves supplying three lifeguards at multiple beach locations, including Coquina Beach, Buxton Beach, Frisco Beach, and Ocracoke Beach, with a request for pricing per location. The second option item includes providing lifeguard services at Rodanthe Lifeguard Beach, seeking pricing similarly. The total estimated cost for both options will be derived from the submitted prices for each specified location. This solicitation reflects the government’s intent to ensure safety at these public beaches through adequate lifeguard coverage, promoting public safety and compliance with service standards.
    This government file outlines a contract proposal, detailing various aspects of the project, including contract number, set-aside type, total value, and performance periods. It includes a section for tracking payments made to both Similarly Situated Subcontractors (SSS) and Non-Similarly Situated Subcontractors (NSS), with specific amounts listed for multiple task orders. A key feature is the report on limitations on subcontracting, determining the percentage of payments made to each category of subcontractor relative to the total amount paid to the prime contractor. The document provides a structured format for presenting financial data throughout the contract's lifecycle, emphasizing compliance with limitations on subcontracting as outlined in federal contracting regulations. Overall, it serves as a comprehensive toolkit for managing and reporting subcontractor payments, thereby ensuring transparency and adherence to government contracting requirements. This file is integral for federal and state/local RFPs and grants, centralizing responsibilities and financial obligations associated with contracted services.
    The document outlines an amendment to solicitation number 140P5325Q0006, which pertains to the provision of lifeguard services at Cape Hatteras National Seashore, North Carolina. The amendment's primary purpose is to update the due dates for questions and offers related to the solicitation. New deadlines are set for questions by February 10, 2025, and for responses by February 19, 2025. All other terms and conditions of the original solicitation remain unchanged. Specific lifeguard locations are identified, including Coquina Beach, Buxton Beach, Frisco Beach, and Ocracoke Beach, with an optional site at Rodanthe Beach. The period of performance for these services is designated from April 1, 2025, to September 30, 2025. The document emphasizes the importance of acknowledging receipt of the amendment to ensure the validity of submitted offers, indicating the procedural compliance necessary for government contracts.
    The National Park Service (NPS) requests proposals for lifeguard services at Cape Hatteras National Seashore, as outlined in solicitation number 140P5325Q0006. This contract aims to ensure safety at designated beach locations from April 1, 2025, to September 30, 2025. The key requirements include monitoring safety conditions, responding to emergencies, and providing trained personnel certified by the United States Lifesaving Association. Offerors must propose a comprehensive technical approach, demonstrate relevant qualifications, and provide pricing information. The solicitation emphasizes a small business set-aside and uses a Lowest Price Technically Acceptable evaluation method, focusing equally on technical capability and price. Quoters must submit offers by February 25, 2025, including all necessary certifications and representations. The NPS encourages questions until February 12, 2025, ensuring clarity and compliance with the project's requirements aimed at enhancing visitor safety in the national seashore area.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Passenger Ferry Service to the South Core Banks and Shackleford Banks and Land Transportation on the South Core Banks
    Buyer not available
    The National Park Service (NPS) is seeking proposals for a 10-year concession contract to provide passenger ferry services to the South Core Banks and Shackleford Banks, along with land transportation on the South Core Banks. This opportunity is crucial for enhancing visitor access and experience at these natural attractions, which are significant for both recreation and conservation efforts. Interested vendors must submit their proposals by May 14, 2025, no later than 3:00 p.m. ET, and are encouraged to attend a site visit on February 13, 2025, with questions due by February 21, 2025. For further details, potential bidders can contact Cherrie Brice at CherrieBrice@NPS.GOV or William Stevens at WILLIAMGSTEVENS@NPS.GOV.
    U. S. Coast Guard Lifeguard Contract
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors to provide lifeguard services at Base Cape Cod in Buzzards Bay, Massachusetts. The procurement aims to ensure the safety and well-being of individuals utilizing the recreation facilities, which are critical for various training and operational activities. This contract falls under the Temporary Help Services category, with a focus on the operation of non-building recreation facilities. Interested parties can reach out to Marketplace Support at Marketplacesupport@unisonglobal.com or call 877-933-2423 for further details regarding the solicitation process.
    Park Attendants No. 3 through No. 8 Services, Cape Cod Canal Recreation Areas, Bourne, Sandwich, and Sagamore Beach, MA
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers - New England District, is seeking qualified contractors to provide Park Attendant services at various recreation areas along the Cape Cod Canal in Massachusetts. The contractor will be responsible for daily cleaning, refuse removal, and light maintenance at two of the six designated recreation areas, which include facilities such as comfort stations, park benches, picnic tables, and landscaped areas. This procurement is significant for maintaining the cleanliness and functionality of public recreational spaces, enhancing visitor experience in these popular areas. Interested small business vendors must have an active registration in SAM.gov and are advised that the solicitation will be available online around February 20, 2025, with contracts awarded based on the lowest price per day offered. For further inquiries, vendors can contact Alicia LaCrosse at alicia.n.lacrosse@usace.army.mil or by phone at 978-318-8902.
    Park Attendant Services for John H. Kerr Dam and Reservoir and Philpott Lake and Dam
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting quotes for Park Attendant Services at Philpott Lake and John H. Kerr Dam in Virginia. The procurement is specifically set aside for small businesses, with a focus on providing essential services such as fee collection, facility maintenance, and visitor safety management during the recreation season. These services are vital for maintaining the operational efficiency and visitor experience at federal recreational areas. Interested contractors must submit their quotes by 2:00 PM EST on February 17, 2025, and direct any inquiries to Sonny Smith or Troy Small via email. The contract will be awarded based on the lowest responsible bid, with a size standard of $10 million under NAICS code 721211.
    Park Attendants #1 & #2, Cape Cod Canal, Buzzards Bay Recreation Area, Buzzards Bay, MA
    Buyer not available
    The U.S. Army Corps of Engineers – New England District is seeking qualified small business vendors to provide park attendant services at the Cape Cod Canal, specifically within the Buzzards Bay Recreation Area in Buzzards Bay, MA. The contract involves daily cleaning, refuse removal, and light maintenance for facilities including a comfort station, picnic shelters, park benches, and a large visitor parking lot. This procurement is significant for maintaining the recreational area, ensuring a clean and welcoming environment for visitors. Interested vendors must have an active registration in SAM.gov and should prepare for the solicitation, which will be available online around February 20, 2025. For further inquiries, contact Jennifer M. Samela at jennifer.m.samela@usace.army.mil or call 978-318-8324.
    S--Unarmed Security Guard Services
    Buyer not available
    The Department of the Interior, specifically the National Park Service, is seeking to procure Unarmed Security Guard Services through a presolicitation notice. The contract, designated as a Firm-Fixed-Price (FFP) arrangement, will span five years, comprising one base year and four optional years, and will cover various locations including the Washington Monument and Lincoln Memorial. This initiative is part of the Indian Small Business Economic Enterprise (ISBEE) set-aside program, emphasizing the government's commitment to supporting small businesses while ensuring compliance with procurement regulations. Interested contractors should prepare for the solicitation release around March 10, 2024, and must register in the System for Award Management (SAM) with a valid Unique Entity Identifier (UEI) to be eligible. For inquiries, contact Michelle Shoshone at michelleshoshone@nps.gov or call 202-578-9322.
    Barging Service
    Buyer not available
    The Department of the Interior, through the National Park Service, is soliciting proposals for barge transportation services for the North Cascades National Park, specifically for operations on Lake Chelan. The contract, identified by solicitation number 140P8325Q0007, requires the contractor to transport materials, fuel, vehicles, and equipment between Stehekin and Chelan, WA, with provisions for storage and logistical support as outlined in the Statement of Work. This procurement is crucial for maintaining operational efficiency within the national park, ensuring timely and safe delivery of essential supplies. Proposals are due by February 18, 2025, with the contract expected to commence on March 1, 2025, and potentially extend through November 30, 2029. Interested contractors should contact John Flatt at JohnFlatt@nps.gov or call 360-854-7221 for further details.
    Y--Beach Access Upgrades
    Buyer not available
    The Department of the Interior, specifically the National Park Service, is seeking contractor interest for beach access upgrades at Apostle Islands National Lakeshore in Wisconsin. The project entails the removal of existing structures, including a staircase and parking lot, and the installation of new beach access features such as a pathway, staircase, and retaining walls, with an estimated budget ranging from $500,000 to $750,000, scheduled to commence in May 2025. This initiative is crucial for enhancing visitor access and safety at the park, and interested prime contractors must meet the small business size standard of $45 million while providing relevant business qualifications and socio-economic certifications. Responses to the market survey are due by February 19, 2024, and all inquiries should be directed to Craig Bryant at CraigBryant@nps.gov or by phone at 440-717-3706.
    Prospectus Develpment IDIQ Firm Fixed Price
    Buyer not available
    The National Park Service (NPS) is seeking specialized hospitality consulting firms to assist in the development of prospectuses for concession contracts related to visitor services in national parks. The objective of this procurement is to enhance visitor experiences while ensuring reasonable profits for private operators through comprehensive market analyses, financial evaluations, and stakeholder engagement for 27-30 upcoming concession contracts, including resorts and ferry services. This initiative is crucial for maintaining high-quality services on government-owned land and effectively managing private sector contributions to park services. The contract, structured as an Indefinite Delivery/Indefinite Quantity (IDIQ) with a ceiling of $5 million, requires proposals to be submitted by February 27, 2025, with the anticipated performance period spanning from March 27, 2025, to March 26, 2030. Interested parties can contact Christina Gingras at christinagingras@nps.gov for further information.
    R--Zion National Park Emergency Management Services M
    Buyer not available
    The Department of the Interior, through the National Park Service, is seeking qualified contractors to provide Emergency Medical Services (EMS) Medical Director services at Zion National Park. The primary objective is to appoint a physician who will oversee the park's EMS program, ensuring effective medical direction, compliance with federal regulations, and quality management of emergency medical responses for both visitors and staff in challenging environments. This contract, which spans from March 1, 2025, to February 28, 2030, includes one base year and four option years, and is designated as a total small business set-aside to encourage participation from smaller firms. Interested parties must submit their proposals, including pricing and technical qualifications, by February 19, 2025, and can direct inquiries to Kimberly Steele at kimberlysteele@nps.gov or by phone at 720-670-4557.