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
    Repair of the LRU20 Man Life Raft for multiple aircraft
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified sources to repair the LRU-33/A 20 Person Inflatable Life Raft, which is critical for AC/HC/MC-130J aircraft operations. The procurement involves a five-year contract strategy for an estimated total of 46 life rafts, with the selected contractor required to demonstrate capabilities, experience, and quality assurance processes relevant to this specialized repair work. Currently, the Original Equipment Manufacturer (OEM) is Air Cruisers Company, LLC (dba Safran), and the government is looking to expand its pool of qualified repair sources due to limitations in data rights and the impracticality of reverse engineering. Interested parties must submit their responses, including detailed business and capability information, by October 16, 2025, and can contact William D. Martin at william.martin.12@us.af.mil or Carmen Davis at carmen.davis.2@us.af.mil for further inquiries.
    Edwards AFB Fire Suppression Maintenance 2026
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the Fire Suppression Maintenance contract at Edwards Air Force Base (AFB) for the year 2026. This contract encompasses the testing, maintenance, and repair of the pre-action fire suppression system at the Benefield Anechoic Facility, Building 1030, ensuring compliance with NFPA and UFC standards, with a total potential contract value of approximately $19.5 million over a five-year period. The procurement includes specific recurring tasks across multiple quadrants, with contractors required to utilize boom lifts for high-ceiling inspections and adhere to various federal regulations and standards. Interested vendors must submit their quotes by December 15, 2025, and are encouraged to attend a site visit on November 24, 2025, with prior registration required. For further inquiries, contact Jamil Minosa at jamil.minosa.2@us.af.mil or Abel Alcantar at abel.alcantar.1@us.af.mil.
    42--LIFE PRESERVER,YOKE
    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 the Yoke model, under a total small business set-aside. The solicitation includes three line items, with a total quantity of 322 units to be delivered to the DLA Distribution San Joaquin, with varying delivery timelines ranging from 60 to 300 days after order. These life preservers are critical for ensuring safety in various military operations and training exercises. Interested vendors should submit their quotes electronically, and any inquiries can be directed to the DLA's buyer via email at DibbsBSM@dla.mil.
    Air Boss and Related Services - TAFB Wings Over Solano 2026
    Buyer not available
    The Department of Defense, through the 60th Contracting Squadron at Travis Air Force Base, is seeking qualified vendors to provide Air Boss and related services for the 2026 Wings Over Solano air show. The procurement is a Firm Fixed Price contract, specifically set aside for small businesses under NAICS code 488111 (Air Traffic Control), with a size standard of $40 million. The selected contractor will be responsible for critical tasks such as developing the airshow schedule, conducting safety briefings, and liaising with FAA and emergency personnel, ensuring the event's success scheduled for April 24-26, 2026. Interested vendors must submit their quotations by December 17, 2025, at 1:00 PM PST, to the designated contacts, Lt Samuel De La Cruz and (S)Sgt Socrates Rosimo, via the provided email addresses.
    Mowing Services for Fort Supply Lake, OK
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers, Southwestern Division, is seeking qualified contractors to provide mowing services for Fort Supply Lake, Oklahoma. This procurement is a total small business set-aside, with the aim of maintaining the landscaping and groundskeeping at the site, which is crucial for environmental management and recreational use. The solicitation, identified as W912BV26QA015, is expected to be issued around December 12, 2025, with a closing date anticipated for January 12, 2026, and the contract will be awarded on a Firm-Fixed Price basis for one base period and four option periods. Interested contractors can reach out to Cheyenne Redemann at cheyenne.a.redemann@usace.army.mil or by phone at 918-669-7073 for further details.
    Sports Officials BPA for DAFB
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for a Blanket Purchase Agreement (BPA) to provide sports officiating and scorekeeping services at Dover Air Force Base in Delaware. The contractor will be responsible for supplying all necessary labor, tools, equipment, uniforms, materials, supervision, and transportation for various intramural and Youth Center sports activities, including flag football, softball, basketball, soccer, and volleyball. This procurement is crucial for maintaining organized recreational sports programs for military personnel and their families. The estimated total award amount is $17,500,000, with quotations due by December 12, 2025, at 12:00 PM EST. Interested parties can contact Dean Mohrmann at dean.mohrmann.1@us.af.mil or 302-677-5220 for further information.
    633 CES Refurbish 3 Pumps in Main Lift Station
    Buyer not available
    The Department of Defense, through the 633rd Contracting Squadron at Langley Air Force Base, is soliciting quotes for the refurbishment of three pumps in the Main Lift Station. The project aims to restore full operational capacity to the sewage lift station, which currently has only one of its three pumps functioning, by providing comprehensive diagnostic testing and necessary repairs or replacements. This procurement is critical for maintaining effective waste management services at the facility, ensuring compliance with environmental standards and operational efficiency. Quotes are due by 4:30 PM Eastern Time on December 8, 2025, and must be submitted via email to the primary contacts, Vanity Wright and Emoni Bright. Interested contractors must be registered with SAM.gov and adhere to the outlined requirements, including wage determinations and safety protocols.
    Base Alarm Services - Los Angles Air Force Base
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking small businesses to provide Base Alarm Services at Los Angeles Air Force Base (LAAFB). The procurement aims to establish a Firm-Fixed Price contract for maintenance and repair of the base's alarm and CCTV systems, which includes tasks such as cleaning, scheduling, and troubleshooting network issues related to the alarm systems and surveillance equipment. This service is crucial for ensuring the security and operational integrity of the base's security infrastructure. Interested parties must submit an eight-page narrative detailing their capabilities and company profile by responding to the sources sought notice, with questions due by December 15, 2025, to Lt Dorian Maynard at dorian.maynard.1@spaceforce.mil or TSgt Kenneth Sparks at kenneth.sparks.2@spaceforce.mil.
    Luke Air Force Base 2026 Air Show - Audio Services
    Buyer not available
    The Department of Defense, through the Air Force, 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 designated areas, including VIP zones, with setup occurring from March 18-19 and removal by March 23. This contract, valued at approximately $40 million, is set aside for Women-Owned Small Businesses and will be awarded based on technical acceptability, past performance, and price, with a submission deadline for quotes on December 17, 2025, at 1500 EST. Interested vendors should direct inquiries to 2d Lt Jalen Johnson or Jacqueline Aranda via the provided contact details.
    Title III Services
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, intends to award a sole source contract for Title III Services at Whiteman Air Force Base in Missouri. The procurement involves providing support for an already designed project, including submittal reviews, responses to Requests for Information (RFIs), and office services, with the work to be performed by the designer of record, CDM Smith. This contract is critical for ensuring compliance with design specifications and facilitating effective communication during the project execution. Interested parties may direct inquiries to Lacey Bayless at lacey.bayless@us.af.mil or call 660-687-5421, noting that this is not a request for competitive proposals and the government is not obligated to award a contract based on responses to this notice.