Lifeguards
ID: FA462525Q1030Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4625 509 CONS CCWHITEMAN AFB, MO, 65305-5344, USA

NAICS

Temporary Help Services (561320)

PSC

MEDICAL- OTHER (Q999)

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 lifeguard services at Whiteman Air Force Base in Missouri under solicitation number FA462525Q1030. The procurement aims to secure certified lifeguard personnel to ensure patron safety at the outdoor pool during the summer swim season, which runs from May 19 to September 5, 2025. This opportunity is crucial for maintaining a safe recreational environment, as lifeguards will be responsible for emergency response, water rescue, and enforcing pool rules, with a minimum of six lifeguards required on duty at all times. Interested small businesses must submit their quotes by 9:00 AM CST on May 16, 2025, and can contact A1C Mitchell Lewter at mitchell.lewter@us.af.mil or SSgt David Bartilson at David.Bartilson@us.af.mil for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    The file appears to signal an issue with displaying its content, presumably containing important information regarding government Requests for Proposals (RFPs) and grants at the federal, state, and local levels. RFPs and grants are vital tools for funding various public projects and services, typically outlining requirements, funding amounts, and submission guidelines for potential applicants. They play a significant role in promoting transparency and accountability in the use of public funds while also fostering competition among providers to deliver quality services. The file's intended purpose likely includes providing guidance or information about active opportunities for government funding and project proposals, enabling organizations and businesses to navigate the complex landscape of government contracts and procurement processes. The inclusion of resources to address any viewing difficulties indicates a commitment to ensuring stakeholders can access critical information without hindrance.
    This document outlines the regulations and requirements associated with federal government solicitation through RFPs (Requests for Proposals) and grants, particularly for commercial products and services. It incorporates numerous federal clauses that address issues such as contractor obligations regarding employee rights, cybersecurity, whistleblower protections, and environmental compliance. Key points include requirements for suppliers concerning telecommunications equipment, compliance with the Buy American Act, and certification regarding disadvantaged business status among others. The document emphasizes the importance of adhering to Federal Acquisition Regulation (FAR) clauses to ensure lawful contracts, protect government interests, and maintain ethical standards. It serves as a comprehensive guide for contractors, detailing the necessary representations and certifications required for engagement in federal acquisitions. The overarching purpose is to guarantee compliance with federal laws while encouraging fair business practices, inclusivity, and environmental responsibility in government procurement processes.
    The WAFB Lifeguard Manual outlines essential policies and procedures for lifeguards at the Pool Facility at Whiteman Air Force Base. It details hours of operation, fees, employee responsibilities, operational safety, and emergency protocols. The facility operates Tuesday through Sunday, offering recreational swimming with specific fees for family passes and active-duty personnel. Lifeguards are expected to maintain high standards of conduct, ensure cleanliness, provide excellent customer service, and follow safety guidelines. Key components include training requirements, performance expectations, and emergency action procedures for various incidents, including drowning, severe weather, and hazardous substance exposure. Additionally, the manual emphasizes the importance of effective communication among staff and patrons and outlines cash handling procedures for facility operations. Lifeguards must be trained in emergency responses, including CPR and basic first aid, and must adhere strictly to protocols to prevent accidents and ensure a safe swimming environment. This comprehensive manual serves as a guide for operational excellence and safety within the aquatic program, reflecting a commitment to maintaining a secure and welcoming community space for all patrons.
    The Performance Work Statement (PWS) outlines the requirements for certified lifeguard services at Whiteman Air Force Base's outdoor pool for the 2025 summer swim season. The contractor is responsible for providing personnel, management, training, supplies, and equipment to ensure patron safety during operational hours. Services include emergency response, water rescue, first aid, and enforcing pool rules. Lifeguards must be at least 16 years old and certified, with a minimum of six lifeguards on duty at all times. The contract period is from May 19 to September 5, 2025, with staffing required during specified operational hours. Monthly training and emergency drills are mandatory. The government will furnish certain items, including pool facilities and first-aid supplies, while the contractor must maintain all equipment and property. Security requirements stipulate background checks, badge acquisition, and compliance with base regulations. Deliverables include staff rosters, training records, incident reports, and logs, with strict reporting timelines. Overall, the document serves to ensure compliance with federal, state, and local regulations while detailing expectations for the contractor's performance, emphasizing safety, training, and accountability throughout the term of the contract.
    The document outlines a combined synopsis/solicitation for lifeguard services under RFQ number FA462525Q1030, intended exclusively for small businesses. The North American Industry Classification System (NAICS) code relevant to this acquisition is 561320, with a $34 million size standard. The solicitation requests quotes for 109 hours of lifeguard services per the attached Performance Work Statement (PWS) dated May 2, 2025. Interested vendors must submit their quotes by May 16, 2025, at 11:00 A.M. CST, via specified email addresses, and all Responses must comply with FAR provisions. The evaluation for contract award will prioritize technical acceptability certified by the vendor, followed by a best value determination based on availability to start work and pricing. The successful contractor must hold firm quotes for 60 days and demonstrate financial capability to execute the contract. Required submissions include a narrative on meeting solicitation requirements, availability start date, and complete price for execution. Discussions for the award will generally not occur, although the Government reserves the right to conduct them if needed. The document emphasizes that conflicting vendor terms will not be enforceable, prioritizing adherence to Federal Acquisition Regulations and associated legal frameworks.
    Lifecycle
    Title
    Type
    Lifeguards
    Currently viewing
    Solicitation
    Similar Opportunities
    FIRE DEPARTMENT PHYSICALS
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking quotes for providing pre-employment and annual physical examinations for civilian firefighters at Westover Air Reserve Base in Chicopee, Massachusetts. The contractor will be responsible for conducting comprehensive medical evaluations, including medical history assessments, physical examinations, laboratory tests, and screenings for various health conditions, all in compliance with NFPA Standard 1582 and other relevant regulations. This procurement is crucial for ensuring the health and fitness of firefighters, thereby enhancing operational readiness and safety. Interested vendors must submit their quotes by November 21, 2025, at 12:00 PM EDT, and can direct inquiries to Rosalie M. Connelly or Robert Stacy via the provided email addresses.
    42--LIFE PRESERVER,VEST
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Troop Support, is seeking quotes for the procurement of life preservers, specifically vests, under solicitation number NSN 4220014873655. The requirement includes a total quantity of 77 units to be delivered to DLA Distribution San Joaquin within 150 days after the order is placed. These life preservers are critical for ensuring safety in various military and rescue operations. Interested vendors are encouraged to submit their quotes electronically, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil. This opportunity is set aside for small businesses, in accordance with FAR 19.5 regulations.
    Aircrew Facility Linens
    Buyer not available
    The Department of the Air Force is soliciting quotes for Aircrew Facility Linens services at Kirtland Air Force Base, New Mexico, under solicitation number FA940126Q0002. The procurement involves providing laundry and dry cleaning services for government-owned linens at the Visiting Aircrew Facility, with a total estimated contract value of approximately $8 million over a base year and four option years. This service is critical for maintaining hygiene and operational readiness for aircrew personnel, ensuring compliance with health and safety standards. Interested Service-Disabled Veteran-Owned Small Businesses must submit their quotes by November 14, 2025, including a technical plan and pricing, with questions due by October 30, 2025. For further inquiries, contact Andrew Wiseman at andrew.wiseman.2@us.af.mil or Dakota Powell at dakota.powell@us.af.mil.
    Edwards AFB Fire Suppression Maintenance 2026
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking contractors for the Fire Suppression and System Sustainment project at Edwards Air Force Base (AFB) for the year 2026. The contract involves testing, maintenance, and potential repair of the pre-action fire suppression system at the Benefield Anechoic Chamber, ensuring compliance with NFPA and UFC standards. This service is critical for maintaining safety and operational readiness at the facility, with a total estimated award amount of $19,500,000 over a potential five-year term, including a base period and multiple option periods. Interested parties must submit quotes by December 12, 2025, and are encouraged to attend a site visit on November 24, 2025, with prior registration required for access. For further inquiries, contact Jamil Minosa at jamil.minosa.2@us.af.mil or Abel Alcantar at abel.alcantar.1@us.af.mil.
    14459 - Anchor Points Follow-On
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to provide non-personal services for anchor points and fall protection at Hill Air Force Base in Utah. The procurement aims to fulfill the requirements outlined in the Performance Work Statement, ensuring safety and compliance in operations involving fall protection systems. This contract is set aside for small businesses under the SBA guidelines, emphasizing the importance of safety in military operations. Interested parties should contact Hugo Ruano Gutierrez at hugo.ruanogutierrez.1@us.af.mil or Lelauni Jenkins at lelauni.jenkins@us.af.mil for further details, with proposals expected to adhere to the specified timelines and requirements outlined in the associated documentation.
    Base operations support services at Fort Leonard Wood and Lake of the Ozarks Army Recreation Area (LORA).
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking contractors to provide Base Operations Support Services (BASOPS) at Fort Leonard Wood and the Lake of the Ozarks Army Recreation Area in Missouri. The procurement involves a comprehensive range of services including maintenance and operation of facilities, utility systems, ground maintenance, pest control, and support for special events, ensuring that all work meets specified reliability standards. These services are critical for supporting various training missions conducted by U.S. military forces and international allies at the facilities. Interested parties should note that the anticipated date for the issuance of a draft solicitation is November 5, 2025, and they can contact Samuel J. Colton at samuel.j.colton.civ@army.mil or Christopher Weber at christopher.weber11.civ@army.mil for further information.
    42--LANYARD,SAFETY,INDU
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Troop Support), is seeking quotes for the procurement of safety lanyards (NSN 4240000222521) with a total quantity of 676 units. These lanyards are critical for ensuring safety in various operational environments, particularly in military and defense applications. The solicitation is a Request for Quotation (RFQ) and is set aside for Women-Owned Small Businesses (WOSB), emphasizing the importance of supporting diverse suppliers in government contracting. Interested vendors must submit their quotes electronically, and any inquiries should be directed to the buyer via the provided email address, DibbsBSM@dla.mil. The deadline for quote submission is 131 days after the award date.
    Sabreliner or HU-16 Aircraft Services FY26
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for Sabreliner or HU-16 Aircraft Services for Fiscal Year 2026, under solicitation number FA930426Q5000. The contract aims to provide qualified flight instructors and aircraft for conducting Qualitative Evaluation flights and supporting Test Management Projects at Edwards Air Force Base, California. This service is critical for enhancing the training and operational capabilities of the USAF Test Pilot School, ensuring that students gain experience with unique aircraft. Interested parties must submit their quotes by November 24, 2025, with an estimated contract value between $250,000 and $350,000. For further inquiries, contact Jenny L. Meadlin at jenny.meadlin@us.af.mil.
    AMXG 2 Awning Installation - Combined Synopsis/Solicitation
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking contractors for the installation of two free-standing awnings at Robins Air Force Base in Warner Robins, Georgia. The project requires the contractor to provide all necessary labor, materials, equipment, tools, and transportation for the manufacturing and on-site installation of the awnings, which must meet specific design and safety standards as outlined in the provided specifications. This procurement is crucial for enhancing the operational facilities of the 402d Maintenance Group and ensuring compliance with various federal, state, and local regulations. Interested small businesses must submit their proposals by the specified deadline, with a total estimated contract value of approximately $19 million and a performance period from December 4, 2025, to January 3, 2026. For further inquiries, potential bidders can contact Nikia Streeter at nikia.streeter@us.af.mil or Jeff Pruitt at jeffery.pruitt.1@us.af.mil.
    Ambulance Services Robins AFB
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to provide 24-hour emergency ambulance services at Robins Air Force Base (RAFB) in Warner Robins, Georgia. The contract requires the contractor to supply two fully equipped ambulances and personnel for emergency paramedic response, patient transport, in-flight emergency response, and participation in military exercises, adhering to established medical standards and regulations. This service is crucial for ensuring the health and safety of personnel on base, with a contract modification awarded to United Medevac Solutions Inc. valued at $665,585. Interested parties should submit capability statements to the primary contact, Adriana Lytle, at adriana.lytle@us.af.mil, by the specified deadline, as this notice is not a request for competitive proposals.