REPLACEMENT OF INDOOR OLYMPIC SIZE POOL LINERS
ID: WO1753188Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVFACSYSCOM MID-ATLANTICNORFOLK, VA, 23511-0395, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

REPAIR OR ALTERATION OF RECREATIONAL BUILDINGS (Z2FB)
Timeline
  1. 1
    Posted Mar 24, 2025, 12:00 AM UTC
  2. 2
    Updated Mar 24, 2025, 12:00 AM UTC
  3. 3
    Due Apr 11, 2025, 6:00 PM UTC
Description

The Department of Defense, specifically the Naval Facilities Engineering Systems Command Mid-Atlantic, is seeking contractors for the replacement of indoor Olympic-sized pool liners at a facility located in Great Lakes, Illinois. The project requires the contractor to provide all necessary labor, materials, and equipment to replace pool liners, which vary in dimensions and depths, while ensuring a safe working environment through the use of fall protection systems and self-supported barricades. This procurement is crucial for maintaining the functionality and safety of recreational facilities, and interested contractors are encouraged to contact Chris Knuth at CHRISTOPHER.R.KNUTH.CIV@US.NAVY.MIL or Belinda Trout at belinda.d.trout.civ@us.navy.mil for further details. The opportunity is categorized under the NAICS code 236220, and interested parties should prepare to submit their qualifications and relevant project experience as outlined in the provided Contractor and Project Information Forms.

Files
Title
Posted
Mar 24, 2025, 9:05 PM UTC
The Contractor Information Form is designed for potential contractors to provide essential information for federal government RFPs (Request for Proposals), including grants and state/local RFPs. The form requires contractors to fill in their unique identifiers like the UEI and CAGE Codes, along with contact details of a point of contact (POC). It includes categories for identifying the type of business, allowing for multiple selections related to small business certifications such as SBA 8(a), HUBZone, Service-Disabled Veteran-Owned, and others. Additionally, the form addresses bonding capacity, requesting contractors to specify their surety name, maximum bonding capacity per project, and aggregate capacity. An optional section at the bottom allows for further clarification of any provided information, reinforcing the structured nature of the document. Overall, the form assists government agencies in collecting standardized information to evaluate contractor eligibility while streamlining the proposal process.
Mar 24, 2025, 9:05 PM UTC
The document is a Project Information Form intended for contractors to submit relevant project experience in response to government Requests for Proposals (RFPs). Contractors are required to provide detailed information about up to five projects, including the contractor's name, project number, contract details, award date, completion date, and the type of work (whether it is new construction, repair, or renovation). The form also asks for information about the ownership of the contract (prime or subcontractor), contract type (Design-Build or other), and a comprehensive description of the project. Additionally, contractors must specify the percentage of work self-performed and identify the primary customer or owner of the project. This form facilitates the government's evaluation of contractor capabilities and experience relevant to specific contract announcements. By collecting standardized information, the document aims to streamline the review process and ensure that submitted projects align with the government's needs in federal, state, and local contexts. The emphasis on detailed descriptions and contact information for project references underscores the importance of transparency and accountability in contractor qualifications.
Lifecycle
Title
Type
Sources Sought
Similar Opportunities
Operation and Maintenance Services for Swimming Pool Water Treatment Systems at CFAS, Japan
Buyer not available
The Department of Defense, through the Naval Facilities Engineering Command (NAVFAC) Far East, is seeking bids for Operation and Maintenance Services for Swimming Pool Water Treatment Systems at U.S. Fleet Activities in Sasebo, Japan. The contract encompasses both recurring and non-recurring maintenance tasks for various swimming pools located at the Main Base and Hario Housing, ensuring compliance with the Performance Work Statement (PWS) and federal regulations. These services are crucial for maintaining safe and operational swimming facilities for military personnel and their families. Interested contractors must submit their bids by May 2, 2025, at 11:00 AM, and can direct inquiries to Masayo Sonoda at masayo.sonoda.ln@us.navy.mil or by phone at 011-81-956-50-2394.
Aquatic Center Pool Service and Maintenance
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking qualified small businesses to provide pool service and maintenance for the Maltz Aquatic Center located at Joint Base San Antonio, Texas. The procurement requires comprehensive cleaning and maintenance services, including daily, weekly, and monthly upkeep, personnel management, and adherence to safety and environmental regulations. This contract is crucial for ensuring operational readiness and a safe training environment for the Special Warfare Training Wing. Interested parties must complete the Sources Sought questionnaire and submit all documentation by April 30, 2024, at 11:00 AM CDT, with inquiries directed to TSgt Kalyn Becker at kalyn.becker@us.af.mil or by phone at 210-802-2036.
NAS Corpus Christi Splash Pad
Buyer not available
The Department of Defense, through the Commander Navy Installations Command, is soliciting proposals for the construction of a new splash pad at Naval Air Station (NAS) Corpus Christi, Texas. The project involves demolishing the existing kiddie pool and installing a new splash pad within a designated area, enhancing recreational facilities for military families stationed at the base. This initiative is funded through Non-Appropriated Funds (NAF) and aims to provide a safe and enjoyable environment for community morale, with a project budget capped at $1,547,641.75. Interested contractors must submit their proposals by April 30, 2025, and can direct inquiries to Alanna Young at alanna.g.young.naf@us.navy.mil or Nika Maldonado at nika.n.maldonado.naf@us.navy.mil for further information.
Bldg. 221 - Replace lower float pier access panels
Buyer not available
The Department of Defense, through the Naval Undersea Warfare Center (NUWC) in Keyport, Washington, is soliciting proposals for the replacement of lower float pier access panels at Building 221. This project involves the removal and disposal of existing panels, installation of new stainless steel or marine-grade aluminum panels, and adherence to safety and environmental compliance standards. The contract is set aside for small businesses, with an estimated value between $25,000 and $100,000, and is expected to be awarded by June 18, 2025. Interested contractors must register in the System for Award Management (SAM) and submit proposals by May 2, 2025, with inquiries directed to Michelle Farrales or James Wasson via email.
Repair of Sodium Hypochlorite Storage Tanks
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Baltimore District, is seeking qualified small businesses to provide relining and repair services for twelve Sodium Hypochlorite storage tanks at the Dalecarlia and McMillan Water Treatment Plants, part of the Washington Aqueduct. The project involves extensive work on the tanks, including grinding off existing materials and applying new fiberglass linings to ensure structural integrity and chemical resistance. This contract is significant for small businesses, with an official Request for Proposal (RFP) anticipated to be released around October 7, 2024, and a projected performance period of 240 days. Interested parties can reach out to Clark Miller at clark.b.miller@usace.army.mil or Vincent Gier at vincent.j.gier@usace.army.mil for further information.
Commercial Industrial Services (CIS) Safety Nets Fabrication Services
Buyer not available
The Department of Defense, specifically the Southwest Regional Maintenance Center of the Navy, is seeking proposals for Commercial Industrial Services (CIS) Safety Nets Fabrication Services to support U.S. Navy ships within a 50-mile radius of San Diego, California. The procurement involves the removal, fabrication, pre-fit, weight testing, and installation of various safety nets, including trunk, access, barrier, and flight deck nets, using nylon webbing or high-performance cordage, along with new safety hooks. This opportunity is critical for ensuring the safety and operational readiness of Navy vessels, and it will be awarded as a multiple award contract (MAC) with a total Small Business Set-Aside under NAICS code 336611, which pertains to Ship Building and Repairing. Interested firms are encouraged to contact Alondra Moreno or Natalie Arenz via email to receive notifications regarding the Request for Proposal (RFP) posting, with the contract evaluation based on past performance, technical capability, and price.
Development of 11.5 Acres on Ray St, Great Lakes, IL Request for Interest (RFI)
Buyer not available
The Department of Defense, through the Naval Facilities Engineering Systems Command Mid-Atlantic (NAVFAC MIDLANT), is seeking expressions of interest for the development and improvement of an 11.5-acre land parcel located at Naval Station Great Lakes, Illinois. The objective is to gather insights from interested entities regarding potential long-term leasing opportunities, with a focus on in-kind contributions for maintenance and infrastructure enhancements, as well as facility types such as data centers and light industrial uses. This initiative aims to address aging infrastructure challenges while maintaining operational readiness at the site, which is divided into three distinct areas: Ray North, Ray Central, and Ray South. Interested parties are invited to submit their proposals by 2:00 PM EST on June 23, 2025, and may direct inquiries to Derek Crute Jr. at derek.a.crute2.civ@us.navy.mil or Malia Ancheta at malia.j.ancheta.civ@us.navy.mil.
Dover AFB Lifeguard and Pool Services
Buyer not available
The Department of Defense, through the 436 Contracting Squadron at Dover Air Force Base, is seeking qualified small business vendors to provide lifeguard and pool services at the Dover Swimming Pool from May 20, 2025, to September 30, 2025. The selected contractor will be responsible for ensuring swimmer safety, enforcing pool rules, and performing emergency interventions, while also maintaining pool cleanliness and conducting water quality tests. This opportunity is crucial for maintaining safety standards at the facility and ensuring a positive experience for patrons. Interested vendors must submit their qualifications and relevant experience by April 30, 2025, at noon EST, and can contact Sydney Hocker at sydney.hocker.1@us.af.mil or 302-677-3744 for further information.
Bldg 82 Replace Overhead Coiling Grille and Security Grate
Buyer not available
The Department of Defense, through the Naval Undersea Warfare Center (NUWC) Keyport, is soliciting quotes for the replacement of the overhead coiling grille and security grate at Building 82 in Keyport, Washington. This project involves a firm-fixed-price construction contract exclusively set aside for small businesses, with an estimated value between $25,000 and $100,000. The work is critical for enhancing security and operational efficiency at the facility, and contractors must comply with various safety, environmental, and performance standards throughout the project. Interested parties should submit proposals by the specified deadline and direct inquiries to Michelle Farrales or James Wasson via email, with the target award date set for July 16, 2025.
Hydrotherapy Console for United States Naval Academy
Buyer not available
The Department of Defense, through the Naval Supply Fleet Logistics Center Norfolk, is seeking qualified sources for a hydrotherapy console intended for the United States Naval Academy in Annapolis, Maryland. The procurement aims to establish a Firm Fixed Price (FFP) contract for a versatile hydrotherapy system designed to treat multiple athletes, with a delivery deadline set for no later than September 15, 2025. The hydrotherapy console will feature two stainless steel tanks with specific dimensions and capacities, advanced temperature control systems, and insulation for optimal performance, reflecting the government's commitment to enhancing wellness in rehabilitation settings. Interested vendors must submit their qualifications and relevant experience by 3:00 PM on April 28, 2025, to Justin W. Kanter at justin.w.kanter.civ@us.navy.mil, as this is a sources sought notice and not a solicitation for proposals.