Outdoor Swimming Pool at Osan AB, Korea
ID: W90VN625QA012Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMY0906 AQ CO CONTRACTING BATAPO, AP, 96202-0000, USA

NAICS

Sports and Recreation Instruction (611620)

PSC

SOCIAL- RECREATIONAL (G003)
Timeline
    Description

    The Department of Defense, specifically the Department of the Army, is seeking qualified contractors to provide management and operational services for the outdoor swimming pool at Osan Air Base, South Korea. The procurement includes lifeguard staffing, access control, cleaning services, and compliance with health and safety standards as outlined in relevant Air Force manuals. This opportunity is significant for enhancing recreational services for military personnel and their families, promoting well-being and community engagement. Interested contractors, particularly Women-Owned Small Businesses, should contact Ikchung Om at ikchung.om2.ln@army.mil or Pyongha Hwang at pyongha.hwang.ln@army.mil for further details, with the contract performance period set from May 23, 2025, to September 1, 2025.

    Files
    Title
    Posted
    The document outlines the solicitation process for a Firm-Fixed-Price (FFP) contract to provide Outdoor Swimming Pool Lifeguard services at Osan Air Base, South Korea. It states that the government will award the contract based on the Lowest Price Technically Acceptable (LPTA) method, requiring offers to meet acceptable standards in non-cost factors. A site visit is organized for bidders, with strict identification requirements. Offerors must submit detailed documentation, including a business license, qualifications, personnel credentials, and past performance data. Technical evaluations will focus on contractor qualifications and personnel experience, while pricing proposals will be evaluated for reasonableness and completeness. The document establishes evaluation criteria and outlines submission deadlines, emphasizing the necessity of clear communication with designated contracting officers. Overall, it informs potential bidders of the requirements and process for submitting proposals for pool lifeguard services to ensure compliance with federal acquisition regulations.
    The document is a Contractor’s Tax Exemption Declaration related to procurement under U.S. Federal Acquisition Regulations (FAR) for transactions involving foreign fixed-price contracts, particularly in the context of the U.S.-Republic of Korea (ROK) Status of Forces Agreement (SOFA). It requires contractors to outline the types and estimated amounts of taxes applicable to the contract, including Customs Tax, Special Excise Tax, Value Added Tax (VAT), and petroleum taxes. Contractors must specify applicable taxes while certifying that all goods and services are proposed without Value Added Tax and other relevant taxes, except as noted for ROK MND-funded contracts. The form demands detailed entries for imported items, possible VAT on materials and services, and special excise taxes for petroleum products. The purpose of this document is to formalize tax exemption claims within the bidding and contracting process, ensuring compliance with both U.S. federal regulations and local ROK tax laws, which impacts the cost structure for awarded contracts. This declaration is crucial for contractors to be tax-compliant while engaging in federal contracts within South Korea, enabling clarity and accountability.
    The document outlines the evaluation criteria for a government contract solicitation under streamlined acquisition procedures (FAR Parts 12 and 13). It states that the award will go to the responsible offeror presenting the lowest evaluated price while meeting all non-cost factor acceptability standards. Evaluations focus on three main factors: Technical Capability, Price, and Past Performance. Under Technical Capability, offerors must meet minimum requirements involving business licenses, relevant experience in pool operation services, and qualifications of personnel including their qualifications and certifications. Acceptability ratings are binary: acceptable or unacceptable. For the Price factor, offerors must provide a complete and reasonable pricing proposal, evaluated for completeness and adequacy. In addition, the past performance assessment reviews the offeror's previous relevant contracts, considering factors like length, value, and accountability references. Overall, the document establishes a clear framework for evaluating offers, ensuring thorough scrutiny of proposals to ensure they meet government needs effectively and economically, while also considering prior performance to forecast future success.
    The Performance Work Statement (PWS) outlines the requirements for a non-personnel services contract for managing, lifeguarding, and supporting operations at the Osan Air Base Outdoor Swimming Pool. The government will not oversee the contracted services; the contractor is solely accountable for staffing and service standards. Key services include managing pool access, lifeguard responsibilities, maintaining hygiene standards per Air Force regulations, and offering swim lessons. The contract stipulates a one-year base period with an option for an additional year, and mandates a comprehensive Quality Control Plan to ensure service quality. Personnel requirements include a Pool Manager responsible for overall operations, a Lead Lifeguard, and at least three Lifeguards to maintain safety supervision ratios. Additionally, specific training and certification standards are set for all lifeguards, emphasizing on-going training and compliance with safety protocols. The document specifies operating hours, maintenance responsibilities, security regulations, and the contractor's responsibilities for achieving customer satisfaction while adhering to federal and military standards. It outlines requirements for documentation, inspections, and potential penalties for performance failures, thus ensuring the facility meets operational safety and quality expectations.
    The Performance Work Statement (PWS) outlines the requirements for managing the Osan Air Base Outdoor Swimming Pool. It details a non-personnel services contract for necessary personnel, equipment, and supplies, establishing that the contractor is solely accountable to the government through the Contracting Officer. The contractor must maintain quality control and develop a Quality Control Plan (QCP) to ensure compliance with Air Force regulations while providing lifeguard and support services, including user access control and facility cleaning. The contract includes a base performance period from May 23 to September 1, 2025, with provisions for an additional three-month option year. Key personnel requirements include a pool manager, at least three lifeguards, and a lead lifeguard, all of whom must meet specific certification and experience standards. Safety protocols, sanitation standards, and customer service objectives are emphasized, ensuring a safe and clean recreational environment for patrons. The document also elaborates on the roles and responsibilities related to access control, employee conduct, and emergency procedures, reinforced by an emphasis on compliance with established regulations and oversight by the government.
    The Air Force Instruction 34-110, effective January 6, 2012, mandates the management and operation of Air Force outdoor recreation programs, detailing requirements for facilities such as swimming pools and equipment rental operations. It establishes the objectives aimed at enhancing mission readiness and individual well-being while promoting accessibility for all users, including those with disabilities. Key components include organized activities, referral systems, customer services, and facilities tailored to community needs. The instruction outlines comprehensive planning and development practices, urging managers to evaluate local resources and market intelligence to drive program development over a structured five-year plan. Specific guidelines for program categories, funding, environmental considerations, and participation tracking are emphasized. Additionally, it mandates a serious incident reporting protocol and adherence to bloodborne pathogens standards, ensuring safety and compliance in all outdoor activities. The document serves as a foundational guideline for the Air Force's outdoor recreation operations, aligning with broader governmental goals for service support and community engagement.
    The Air Force Manual (AFMAN) 34-209 outlines the mandatory financial management and accounting procedures for Nonappropriated Fund Instrumentalities (NAFI) in the U.S. Air Force. The document, revised significantly to reflect organizational updates and new roles, details the responsibilities of various personnel, including resource management flight chiefs and financial analysts. It emphasizes the use of the accrual method of accounting, transparency in financial transactions, and adherence to Generally Accepted Accounting Principles (GAAP). Key topics covered include budget preparation, inventory control, revenue processing, accounts payable, and child development programs. The manual also mandates regular financial statement preparation and analysis to facilitate operational accountability and decision-making within the Air Force structure. Furthermore, it includes guidelines on equity transfers and grants management. This comprehensive framework ensures compliance with federal regulations and promotes effective financial oversight of the funds within Air Force services, supporting the overall mission of maintaining operational readiness and quality of life for service members.
    The Air Force Manual 48-114 details mandatory guidelines for the operation and maintenance of recreational waters, including swimming pools and mission training pools, across the Air Force. It establishes protocols to ensure health and safety, covering water quality standards aligned with the CDC's Model Aquatic Health Code. The manual designates roles and responsibilities for various stakeholders, including installation commanders and public health officials, in the management and oversight of these facilities. Key topics include safety measures, sanitation practices, and water quality monitoring. Protocols are in place for responses to incidents such as contamination from fecal matter, emphasizing rigorous monitoring of chemical levels like free chlorine and pH. The publication serves to protect public health among patrons using Air Force aquatic facilities by providing a comprehensive framework for safe management practices. By codifying these procedures, AFMAN 48-114 facilitates regulatory compliance, promotes safe recreational environments, and supports mission training requirements while ensuring operational integrity.
    The 51st Force Support Squadron's Operating Instruction 34-101 outlines mandatory policies and procedures for outdoor recreation at Osan Air Base, encompassing equipment rental, trip and tour programs, pool regulations, paintball activities, and pet care services. Key components include eligibility requirements for equipment use, detailed checkout procedures, safety protocols, and cash handling policies. The instruction specifies responsibilities for the Outdoor Recreation staff and guidelines for patron participation in various activities, ensuring compliance with Air Force directives. The document stresses the importance of accountability, safety, and proper maintenance of facilities and equipment. Each chapter details specific operational procedures, from equipment rental and adventure programs to safety measures in swimming pools and pet care operations. Noteworthy changes include replacing the former Scuba Diving program with the All Paws Osan Pet Care Facility. This instruction serves to promote morale, welfare, and recreation among service members, a fundamental aspect of military support services that contributes to overall unit cohesion and readiness.
    The document outlines tax exemption clauses applicable to contractors under U.S. government contracts for work in the Republic of Korea, particularly referencing the Status of Forces Agreement. It details four main tax exemptions: customs duties, special excise taxes, value-added taxes (VAT), and petroleum, oil, and lubricants (POL) products. 1. **Customs Duties Exemption**: Contractors are exempt from customs duties on materials imported, requiring certification that their quoted prices exclude such charges. 2. **Special Excise Taxes Exemption**: Contractors must identify items subject to this tax upon contract award, indicating details regarding tax amount excluded from prices. Refund procedures for contractors are outlined. 3. **VAT Exemption**: Contractors must certify that their pricing excludes VAT and may claim refunds by providing relevant tax invoices to Korean tax authorities. 4. **POL Products Exemption**: Contractors are exempt from taxes on certain oil products, needing to nominate purchase points and verify quantities for tax exemption. Additionally, it includes a clause on the AMC-Level Protest Program, encouraging dispute resolution at the command level before seeking external options, with specifications on the protest process and address for submission. The summary provides a comprehensive understanding of the tax exemption provisions critical for U.S. contractors operating in Korea.
    The document outlines the transition to the Army Contract Writing System (ACWS) for the Army Contracting Enterprise (ACE), which will replace existing contract writing systems globally. During this period, offerors are advised that different systems may be used for solicitation and award documents, potentially leading to variances in submission instructions and document formats. It emphasizes the importance of reviewing documents thoroughly and notifying the Contracting Officer of any discrepancies that could affect contract eligibility or performance. Moreover, any errors due to the transition will be corrected via modification at no additional cost to the contractor. If network disruptions or system errors delay contract awards, alternative mechanisms may be employed to facilitate initial work while ensuring compliance with evaluation methodologies. The main aim is to maintain clarity and accountability during this software transition, ensuring that all changes are deliberate and documented. This guidance is crucial for offerors involved in government RFPs, enhancing the integrity and efficiency of the contracting process amid technological updates.
    The document outlines a government solicitation for outdoor swimming pool services at Osan Air Base (AB). It specifies requirements for the management and operation of the outdoor swimming pool, including lifeguard staffing, access control, and cleaning services. The solicitation is designated for Women-Owned Small Businesses (WOSB) under relevant federal acquisition and procurement guidelines. Key items include the request for a firm fixed-price agreement, with options for after-hours events based on attendee numbers, revealing the contractor's responsibility for various operational aspects. It establishes performance timelines from May 23, 2025, to September 1, 2025, alongside conditions for inspections and acceptance at specified DoD locations. Clauses pertaining to safeguarding information systems, contractual compliance, and prohibitive regulations regarding specific entities also form part of the terms. The document’s structure comprises requisition identifiers, scope of services, operational details, pricing arrangements, contract clauses, and delivery schedules, emphasizing adherence to federal regulations. Overall, this solicitation highlights the military's intent to engage a capable contractor while promoting participation from small and women-owned businesses within the public procurement process.
    The document outlines a solicitation for Outdoor Swimming Pool Services at Osan Air Base, emphasizing the need for management services, lifeguards, and support personnel for operation control and maintenance. It identifies the solicitation and contract numbers, key contact information, and solicits bids for specific services, including after-hours pool parties for varying numbers of attendees. The structure includes essential sections detailing the anticipated services, pricing arrangements, accounting data, and duration of service provision, which spans from May 23, 2025, to September 1, 2025, with options for extension. The contract includes mandatory compliance with various clauses regarding executive compensation, equal opportunity, subcontractor vetting, and safeguarding of information systems. These clauses reinforce the government's commitment to equitable practices and security in service contracts. Overall, this solicitation reflects the federal focus on engaging qualified businesses, particularly women-owned, ensuring compliance with regulations while delivering essential community services at military installations.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    51 CES GROUND MAINTENANCE SERVIE IN OSAN AIRBASE, REPUBLIC OF KOREA
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking a contractor to provide Ground Maintenance Services at Osan Airbase in the Republic of Korea. The procurement aims to ensure comprehensive upkeep of the base's grounds, including various landscape areas, while adhering to safety and quality standards. This contract, which will be awarded for one base year with four optional extensions, is crucial for maintaining the aesthetic and functional quality of military facilities, with a Request for Proposal (RFP) anticipated to be posted in April 2025 and proposals due by May 2025. Interested contractors must be registered in the System for Award Management (SAM) and can direct inquiries to primary contact Bokyoung Kim at bokyoung.kim2.ln@army.mil or secondary contact Nancy Segarra at nancy.segarra2.civ@army.mil.
    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 soliciting bids for operation and maintenance services for swimming pool water treatment systems at U.S. Fleet Activities in Sasebo, Japan. The procurement encompasses both recurring and non-recurring maintenance work, ensuring the safety and operational efficiency of multiple pool facilities over a specified contract period. This opportunity is critical for maintaining public recreational facilities in compliance with federal regulations and safety standards. Interested contractors must submit their bids by March 28, 2025, at 10:00 AM, and can direct inquiries to Masayo Sonoda at masayo.sonoda.ln@us.navy.mil or by phone at 011-81-956-50-2394.
    Solicitation, W90VN7-25-R-A012_ Ground Maintenance Service at Kunsan AB.
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for ground maintenance services at Kunsan Air Base. The procurement aims to secure comprehensive landscaping services, which are essential for maintaining the aesthetic and functional quality of the base's outdoor environments. This contract falls under the NAICS code 561730, indicating a focus on landscaping services, and is categorized under the PSC code S208 for housekeeping and groundskeeping. Interested vendors should reach out to Kyong Ko at kyong.o.ko.ln@army.mil or call 011-82-503-355-9315 for further details regarding the solicitation process.
    Custodial Service for Area IV (Daegu, Waegwan, Gimcheon and Busan).
    Buyer not available
    The Department of Defense, specifically the Department of the Army through the 646th Support Detachment, is soliciting proposals for custodial services in Area IV, which includes Daegu, Waegwan, Gimcheon, and Busan. The procurement aims to provide comprehensive janitorial services, as outlined in the Performance Work Statement, which has undergone revisions in recent amendments to clarify requirements and address vendor inquiries. These services are crucial for maintaining cleanliness and hygiene in military facilities, ensuring a safe and functional environment for personnel. Interested vendors should refer to the attached solicitation documents for detailed information and are encouraged to contact Jaeyoun Lee at jaeyoun.lee2.civ@army.mil or by phone at 315-763-5691 for further inquiries.
    Pressure Wash of Exterior Building Walls for Area IV
    Buyer not available
    The Department of Defense, specifically the Department of the Army through the 646th Support Detachment, is soliciting offers for an Indefinite Delivery Indefinite Quantity (IDIQ) contract focused on the pressure washing of exterior building walls at USAG Daegu. Contractors are required to submit comprehensive technical proposals, including proof of relevant experience and qualifications of key personnel, as well as a complete price proposal, with an emphasis on both technical acceptability and price competitiveness. This service is crucial for maintaining the cleanliness and integrity of military facilities, ensuring they meet operational standards. Interested contractors must acknowledge receipt of the solicitation amendment and submit their proposals electronically by the specified deadlines, with a site visit scheduled for March 5, 2025. For further inquiries, potential bidders can contact Kumson Yi at kumson.yi.civ@army.mil or by phone at 315-763-5686.
    Custodial Services for Preston Bend Park at Texoma Lake
    Buyer not available
    The Department of Defense, specifically the Department of the Army through the W076 Endist Tulsa office, is seeking qualified contractors to provide custodial services for Preston Bend Park at Lake Texoma. This procurement is a new requirement aimed at maintaining cleanliness and upkeep of the park facilities, which is essential for ensuring a pleasant experience for visitors. The opportunity is set aside for small businesses under the Total Small Business Set-Aside program, with the relevant NAICS code being 561730 for Landscaping Services. Interested parties can reach out to Kylie Secrest at kylie.e.secrest@usace.army.mil or by phone at 918-669-7078 for further details regarding the solicitation process.
    Security Guard Service for BDAACH.
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking qualified contractors to provide security guard services for the BDAACH facility. The procurement aims to ensure the safety and security of personnel and property through professional security services, which are critical for maintaining operational integrity in military environments. Interested vendors should note that the opportunity falls under the NAICS code 561612 for Security Guards and Patrol Services, with a solicitation notice type of Combined Synopsis/Solicitation. For further inquiries, potential bidders can contact Un Chong at un.k.chong.ln@army.mil or by phone at 011-82-0503-355-3359, or reach out to Yun Chae Yi at yunchae.yi.ln@army.mil or 05033553398.
    B5738 FITNESS CENTER, B5746 POOL PUMP FACILITY, & B5746 POOL REPAIRS
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Command Southeast, is seeking qualified contractors for the repair and improvement of the fitness center and pool facilities at Naval Air Station Kingsville, Texas. The project includes recoating the existing swimming pool, installing a new chlorination system and pool heater at the pool pump facility, and replacing gutters and downspouts at the fitness center. This solicitation, designated as a total small business set-aside, underscores the federal government's commitment to maintaining and enhancing military facilities to ensure operational readiness and service quality. Proposals are due by April 18, 2025, and interested parties can direct inquiries to contracting officers Kyle Rogers at kyle.p.rogers2.civ@us.navy.mil or Danny Ortiz at danny.ortiz24.civ@us.navy.mil.
    (CY25 LCS) MLWR 24-1009, REPAIR TAXIWAY AND APRON PAVEMENT MARKINGS in Kunsan AB
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking contractors to repair taxiway and apron pavement markings at Kunsan Air Base. This procurement involves the repair or alteration of airport runways and taxiways, which is crucial for maintaining operational safety and efficiency at military airfields. Interested contractors should note that the primary contact for this opportunity is Hyun Choi, who can be reached via email at hyun.k.choi.civ@army.mil or by phone at 315-755-9312 for further inquiries. The opportunity is categorized under the NAICS code 236220, focusing on commercial and institutional building construction.
    Park Custodial and Office Janitorial Services at Sardis Lake, Oklahoma
    Buyer not available
    The Department of Defense, specifically the Department of the Army through the W076 Endist Tulsa office, is soliciting proposals for Park Custodial and Office Janitorial Services at Sardis Lake, Oklahoma. The contract will encompass custodial work at the parks and janitorial services at the Sardis Park Office and surrounding areas. These services are crucial for maintaining cleanliness and hygiene in public recreational spaces, ensuring a pleasant environment for visitors. Interested small businesses are encouraged to reach out to Cheyenne Redemann at cheyenne.a.redemann@usace.army.mil or 918-669-7073, or Rudolfo Morales at rudolfo.j.morales.civ@mail.mil or 918-669-7275 for further details regarding the solicitation process.