Regional Swimming Pool Maintenance Services for the Hampton Roads Area
ID: N4008523R2897Type: Sources Sought
Overview

Buyer

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

PSC

MAINTENANCE OF RECREATION FACILITIES (NON-BUILDING) (Z1PA)
Timeline
    Description

    The Department of Defense, through the Naval Facilities Engineering Command, is soliciting proposals for Regional Swimming Pool Maintenance Services across various naval facilities in the Hampton Roads area of Virginia. The contract requires comprehensive maintenance services, including water treatment, seasonal start-up and shutdown, and daily operational reporting to ensure compliance with safety and quality standards. These services are critical for maintaining safe recreational environments for military personnel and their families. Interested small businesses must submit their proposals by May 13, 2025, at 2:00 PM EST, and can direct inquiries to Darlene H. Tucker at darlene.h.tucker.civ@us.navy.mil or by phone at 757-341-0093.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines key elements of management and administration practices pertinent to government contracts, particularly under the Service Contract Act (SCA). It provides definitions and acronyms associated with various occupational roles and responsibilities within contracting agreements, including wage determinations for federal contracts based in North Carolina and Virginia. Key components consist of service categories, wage rates for distinct occupations, and required fringe benefits. This includes stipulations around hourly wages reflective of current executive orders, which mandate minimum hourly pay. Specifically, workers covered under this act must receive wages at least equal to either $17.20 or $12.90 per hour depending on contract specifics and award dates. Moreover, the file references necessary forms, procedures for hazardous waste management, and performance assessments required for contractors. The emphasis on compliance with environmental regulations and maintaining a high standard of service delivery underlines the commitment to quality and worker rights in federal contracting. Thus, this document serves as a foundational reference for contractors engaged in public sector work, guiding them through financial, operational, and environmental obligations while ensuring legal adherence to established labor standards.
    The document outlines attachments related to the management and maintenance of swimming pool facilities managed under federal and local contracts, providing comprehensive guidelines for seasonal procedures, daily reporting, off-season maintenance, and operational schedules. Key attachments include definitions, references, a facility inventory, contractor daily report templates, and specific maintenance checklists for pool start-up and shutdown, highlighting critical tasks such as water quality management, equipment checks, and repair reporting. The operational schedules specify open hours for various pools and seasonal transitions, ensuring compliance with safety protocols as outlined in relevant safety manuals and standards. The focus on structured maintenance and oversight aims to ensure the facilities meet safety, operational, and aesthetic standards throughout the year. This aligns with government initiatives to provide safe recreational spaces while adhering to federal regulations and standards for facility management.
    The document outlines specifications for the management, operation, and maintenance of training pools at various military installations in Virginia, including the Norfolk Naval Shipyard and Little Creek Naval Amphibious Base. It details general operational concepts and breaks down responsibilities into recurring and non-recurring work. The recurring work encompasses daily maintenance tasks, such as water treatment, seasonal start-up and shutdown procedures, and off-season upkeep, all required to ensure the pools remain in optimal condition throughout the year. Contractor personnel must possess relevant certifications and training, including bloodborne pathogen courses and pool chemical handling practices. The management section includes definitions and outlines special requirements, while references to pertinent technical documents and regulations are provided. Non-recurring work involves specific tasks ordered via the Department of Defense FEDMALL system, with set performance standards applicable. Overall, the file emphasizes compliance with safety and quality standards while delineating the contractor's obligations in managing training pool facilities.
    The document outlines the attachments related to maintenance, operation, and resources for various swimming pools managed by the government. It consists of several sections, including definitions and acronyms, references, equipment inventory, daily reporting procedures, and guidelines for seasonal start-up and shutdown activities. Key components include maintenance protocols, safety requirements, and pool schedules for facilities like the Aeropalms Pool and Scott Center Swimming Pool. Each pool's operational hours and maintenance responsibilities are detailed, including the necessary procedures to ensure water quality and cleanliness. Seasonal processes include pool start-up and shutdown measures to protect equipment and maintain water standards. The document is integral for ensuring compliance with safety regulations and operational efficiency within the government-run pool facilities, reflecting the structured approach required in federal RFPs and grants concerning public health and safety standards.
    This document outlines the instructions and requirements for prospective offerors responding to a federal Request for Proposal (RFP). It emphasizes the need for written proposal certification from contractors, addressing performance objectives and associated risks. Queries must be submitted via email, with a stipulated deadline for inquiries, ensuring clarity in the submission process. Proposals must include separate non-cost and price sections, with specific formatting and content guidelines to ensure compliance. Notably, the non-cost proposal should not contain pricing information and will be restricted to 100 pages. Evaluation will hinge on the thoroughness and relevance of the proposals, rather than mere repetition of requirements. Additionally, a site visit is scheduled, necessitating pre-registration for access. The document delineates the essential information required in both the non-cost and price proposals, focusing on the offeror's capabilities, financial responsibility, and related entity details, which are critical for award eligibility. Overall, this RFP serves to solicit competitive bids while establishing clear standards for submission, evaluation, and project commencement timelines in accordance with federal contracting protocols.
    The document outlines the solicitation for pool maintenance services at various military facilities, specifically focusing on recurring and non-recurring work across five option periods. It details line items for different services, such as pool maintenance, water treatment, seasonal start-up, shutdown, and off-season maintenance, indicating quantities and units of measure. Each military base—Norfolk Naval Shipyard, Little Creek Amphibious Base, Oceana Naval Air Station, Dam Neck, and Yorktown/Cheatham—is categorized with designated Extended Line Item Numbers (ELINs). The solicitation specifies that all non-recurring work must be priced and negotiated individually, highlighting the importance of compliance with the Service Contract Act. This RFP emphasizes transparency in pricing and clearly defines the responsibilities of potential contractors, ensuring the effective provision of services while maintaining regulatory adherence. The structure of the document breaks down the pricing into base, option, and seasonal periods, allowing for clear projections of service costs over time and facilitating budget management for federal procurement processes.
    The document details equipment inventories, maintenance statuses, and additional notes for various pool facilities under government oversight. Each facility is categorized by its identification number, featuring specific assets such as circulating pumps, chemical feeders, filters, and ladders. The pools vary in size and type, including concrete, fiberglass, and saltwater systems, with capacities reaching up to 500,000 gallons. Key assets include chlorine and CO2 feeders, sand filter tanks, and ADA access equipment. The status of all listed equipment is reported as operational, indicating effective ongoing management. Each facility has unique specifics regarding installation dates and maintenance requirements—such as slide motor winterization. This document serves as an organized inventory to assist in the maintenance, upgrading, or procurement of necessary equipment for pool facilities, aligning with government RFPs and grant proposals aimed at enhancing community recreational resources.
    The document is an amendment to a solicitation for services at various military installations in Virginia, specifically focused on regional training pools at locations such as Norfolk Naval Shipyard and Oceana Naval Air Station. The amendment addresses a pre-award protest and extends the proposal submission deadline until further notice. It affirms that the terms and conditions of the original solicitation remain unchanged, emphasizing the importance of acknowledging the amendment to avoid the rejection of offers. The document is wrapped in a standard format approved by the GSA, with key details such as contact information for the contracting officer and instructions for submitting amendments clearly outlined. This amendment is indicative of the procedural adjustments often necessary in government contracting processes, ensuring fair competition among contractors while complying with federal regulations.
    This document serves as an amendment to the solicitation for the contract N4008523R2897, regarding Regional Facility Investment Services for several naval facilities in Virginia. The primary purpose of this amendment is to extend the proposal submission deadline to Tuesday, May 13, 2025, at 2:00 PM EST. The amendment reiterates that all other terms and conditions from the original solicitation remain unchanged. It specifies the procedures for contractors to acknowledge receipt of this amendment, stressing the importance of acknowledgment prior to the stipulated deadline to avoid rejection of offers. The document is signed by the contracting officer and outlines the contract's administrative details, including issuing and administering offices. This type of amendment is a common practice in government solicitations, ensuring that stakeholders are kept informed of any changes that might affect their proposals or contractual obligations.
    The document pertains to Amendment 0002 of Solicitation N4008523R2897, covering Regional Swimming Pool Maintenance Services in the Hampton Roads area, specifically for various naval facilities in Virginia. This amendment updates the solicitation with a site visit log, revised deliverables, and responses to vendor inquiries. Critical areas addressed include clarifications on timelines for vendor questions, site visit protocols, and operational maintenance requirements. Key changes reiterated that it is a performance-based contract, with vendors responsible for determining the labor needed to meet service requirements. Maintenance services include water treatment, seasonal preparations, and daily reporting to ensure compliance with set standards. The amendment emphasizes the importance of vendor inspection opportunities and the stipulation for clarity in maintenance expectations to mitigate vendor risks. It details the roles and responsibilities of contractors, highlighting the necessity for qualified personnel and adherence to safety regulations. Overall, the document aims to facilitate effective proposal submissions while ensuring that all maintenance requirements for the Navy's training pools are comprehensively understood and adhered to.
    This document outlines Amendment 0004 concerning solicitation N4008523R2897 for Regional Facility Investment Services related to training pools operated at several Naval sites in Virginia. It addresses contractor responsibilities for maintaining pool water quality, including chemical balancing and routine maintenance schedules that must align with required standards. Response to inquiries addressed ambiguities in service expectations, emphasizing a performance-based contract where the contractor assumes direct accountability for pool operations throughout operational periods. Additionally, it clarifies the existing contractor for this service, Mechanical Resources, Inc., and discusses specific operational nuances, such as the frequency of water quality testing and maintenance protocols. This amendment aims to ensure clarity for potential bidders regarding the contractual obligations and operational expectations for maintaining safe swimming pool environments for patrons. Essential attachments provide further detailed performance standards and reporting requirements that contractors will need to adhere to.
    The document concerns an amendment to a solicitation for Regional Facility Investment Services at several military sites in Virginia, including Norfolk Naval Shipyard and Oceana Naval Air Station. A pre-award protest has been submitted, prompting the extension of the proposal submission deadline until further notice. All other terms and conditions of the original solicitation remain unchanged. The amendment aims to ensure compliance and acknowledge the protest while allowing prospective contractors additional time to respond. Contractors must acknowledge receipt of the amendment to avoid rejection of their proposals. The document emphasizes the procedural adjustments as mandated by federal regulations to maintain transparency and fairness in the procurement process. This amendment reflects the government's commitment to thoroughdue diligence in contract negotiations and procurement management.
    This document outlines an amendment to solicitation N4008523R2897 for Regional Facility Investment Services at various Naval facilities in Virginia. Issued by NAVFACSYSCOM Mid-Atlantic, the amendment incorporates a revised Section C, updates the proposal due date to March 14, 2025, and revises multiple clauses throughout the solicitation. Notable changes include the addition of FAR clauses regarding subcontracting for commercial products and services, which mandate the inclusion of specific ethics and labor rights provisions in subcontract agreements. Key deletions include clauses related to equal opportunity compliance and annual representations and certifications from previous versions. The document underlines the importance of compliance with Federal Acquisition Regulations (FAR), presents new certifications for contractors regarding business size and compliance with small business standards, and emphasizes the necessity for firms to acknowledge receipt of the amendment to maintain eligibility for bids. This amendment demonstrates the federal government's ongoing commitment to ensuring diversity and ethical practices in contracting while adapting to regulatory updates.
    This amendment (N4008523R2897-0003) pertains to the solicitation for Regional Facility Investment Services at various naval facilities in Virginia, including Norfolk Naval Shipyard and Oceana Naval Air Station. The key updates include the incorporation of a revised Section J, Attachment J-1503040, and an extension of the proposal submission deadline from August 1, 2024, to August 7, 2024, at 2:00 PM EST. The acknowledgment of this amendment is necessary for potential offerors to ensure their submissions are considered valid. It is emphasized that a failure to acknowledge this amendment may lead to the rejection of offers. All other terms and conditions of the solicitation remain unchanged, ensuring continuity in the bidding process. This amendment is critical in maintaining an effective procurement timeline and facilitating participation from interested contractors.
    The document details the operational and maintenance requirements for various swimming pools within federal facilities, including the Cheatham Annex, Norfolk Naval Shipyard, and Oceana. It outlines definitions, references, equipment inventories, and specific attachments related to daily operations, seasonal maintenance, and pool schedules. Key sections include a comprehensive listing of pool equipment, its condition, and operational protocols required for startup and shutdown. Seasonal maintenance tasks encompass pressure washing, pump and filtration system checks, and water quality balance, ensuring compliance with safety regulations. The pools operate typically from Memorial Day to Labor Day, with specific schedules for different facilities. The overarching purpose of this document is to provide clear guidelines and standardized procedures for maintaining pool facilities in a safe and effective manner, supporting both health regulations and operational efficiency. This is vital for ensuring safe recreational environments within federal installations as part of the government's commitment to health and safety standards.
    The document outlines the general information and management requirements for a performance-based service acquisition contract to be executed primarily at various Navy installations in Virginia. It details the contractor's responsibilities for providing labor, materials, and management tools necessary for the successful delivery of services, including recurring and non-recurring work items. It emphasizes the Navy's approach to managing contractors via measurable performance outcomes, standards, and assessment plans. The document is structured into multiple annexes that cover management, administration, safety, security, and environmental sustainability requirements. Key sections focus on ensuring the contractor furnishes qualified personnel, complies with safety protocols, safeguard government property, and follows administrative procedures for invoicing and reporting. Additional provisions include guidelines for workforce management, quality assurance plans, safety training, and environmental compliance. The document stresses the importance of contractor oversight and adherence to regulations, reflecting the government's commitment to maintaining high operational standards and effective resource management while engaging contractors in various capacities across its installations.
    The document outlines the deliverables and performance requirements for a government contract, detailing specific items and submission timelines related to various aspects of project execution. Key deliverables include requests for overtime work, sign-in sheets, permits, insurance certificates, and several plans such as Quality Management and Accident Prevention Plans, each designated with submission dates, frequency, and distribution lists. The requirements indicate varying deadlines, such as immediate notification for cybersecurity incidents, prompt reports for safety issues, and regular updates on work status and scheduling. This structured approach ensures compliance with governmental regulations and facilitates effective project management. The organization of the document into sections for different consulting needs—covering areas like environmental plans, safety reports, and personnel access—demonstrates a comprehensive framework aimed at ensuring safety, accountability, and transparency within the execution of government contracts. The emphasis on timely submissions underscores the importance of adherence to contractual obligations within federal and local government projects.
    The document appears to be a government file concerning federal and state/local Requests for Proposals (RFPs) and grants. Although specific content was not discernible due to formatting issues, the overarching purpose is likely to solicit proposals from entities interested in providing services or products that fulfill government requirements. Key aspects of such files typically include project objectives, eligibility criteria for applicants, funding availability, evaluation criteria for proposals, and submission deadlines. The aim is to encourage participation from a diverse range of organizations, including non-profits and private sector businesses, to enhance service delivery or project outcomes at various levels of government. This process ensures transparency, competitive bidding, and compliance with regulatory standards, ultimately fostering accountability in the allocation of government resources.
    This document outlines the Request for Proposal (RFP) N4008523R2897 issued by the Naval Facilities Engineering Command for Facility Investment related to Regional Swimming Pool Maintenance and Repair Services across multiple naval facilities in Virginia. The contract represents a Firm-Fixed Price and Indefinite Delivery/Indefinite Quantity format, with a commitment to small business set-asides, adhering to NAICS code 561790 and featuring a total of five option periods. Key points include the requirement for comprehensive labor and management services, adherence to service wage determinations under the Service Contract Act, and the necessity for quality control through a proposed Quality Control Plan post-award. Submission protocols specify that proposals must arrive on-time via commercial carriers without any hand delivery or electronic submission. The contractor must maintain compliance with DoD credentialing processes for installation access and utilize the FedMall for government purchase card transactions. Emphasizing performance-based contract specifications, the document mandates rigorous inspection and acceptance protocols, ensuring alignment with government standards throughout the contract duration. Overall, this RFP demonstrates the government's strategic focus on engaging qualified small businesses to ensure high-quality facility management services while adhering to regulatory standards and efficiency in procurement processes.
    Similar Opportunities
    Thimble Shoal Maintenance Dredging
    Dept Of Defense
    The Department of Defense, through the Army Corps of Engineers, is seeking contractors for the Thimble Shoal Maintenance Dredging project in Hampton, Virginia. This procurement involves maintenance dredging services to ensure the operational efficiency and safety of dredging facilities, which are critical for navigation and environmental management in the area. The contract is categorized under the NAICS code 237990, focusing on other heavy and civil engineering construction, and is expected to be awarded following a presolicitation notice. Interested parties can reach out to Amy Coody at amy.h.coody@usace.army.mil or by phone at 757-201-7883, or Tiffany Kirtsey at Tiffany.N.Kirtsey@usace.army.mil or 757-201-7132 for further details.
    V47 Waterfront Operations
    Dept Of Defense
    The Department of Defense, through the Naval Sea Systems Command (NAVSEA) Naval Surface Warfare Center, Carderock Division (NSWCCDDN) Detachment Norfolk, is seeking contractor support for Waterfront Operations at Naval Station Norfolk, Virginia. The procurement encompasses a range of services including transition, program management, operations management, reporting, safety compliance oversight, operation of small watercraft, industrial maintenance and repair, as well as Research and Development, Test and Evaluation project support. These services are critical for maintaining operational readiness and safety compliance in naval operations. Interested contractors can reach out to Michael Rossik at michael.e.rossik.civ@us.navy.mil or by phone at 301-412-9761, or Xenia Lira at caroline.x.lira.civ@us.navy.mil or 757-663-2605 for further details.
    Fresh Water & Septic Service - Portable Restroom Trailers
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center Indian Head Division (NSWC IHD), is seeking proposals from small businesses for fresh water and septic services related to portable restroom trailers. The procurement involves providing weekly septic tank services and non-potable water delivery to two temporary restroom trailer sites, with a contract period consisting of a base year and four optional years. This service is crucial for maintaining sanitation and hygiene standards at military installations. Interested vendors must submit their quotes by December 17, 2025, with a maximum bid not to exceed $350,000. For further inquiries, contact Latrice Whitfield at latrice.t.whitfield.civ@us.navy.mil or Marlene Ridgell at marlene.l.ridgell.civ@us.navy.mil.
    Navy Inn Repair Conference Room HVAC
    Dept Of Defense
    The Department of Defense, through the Navy Exchange Service Command, is soliciting quotes for the repair of the conference room HVAC system at the Navy Gateway Inns & Suites (NGIS) Oceana, Building 460, located in Virginia Beach, Virginia. The project entails inspecting, removing, and replacing non-functional components of a 7.5-ton Trane HVAC unit to restore its full operational capability, with a completion timeline of 21 calendar days following the Notice to Proceed. This contract, estimated at less than $25,000 and funded by Navy Non-Appropriated Funds, is not a small business set-aside and requires compliance with various safety and building codes. Quotes are due by December 9, 2025, at 3:00 PM ET, and interested contractors should direct inquiries and submissions to the Contracting Officer, Kaitlyn Garcia, at kaitlyn.garcia@nexweb.org, or the Contract Specialist, Leanat Delacruz, at leanat.delacruz@nexweb.org.
    Maritime Operations Center (MOC) Support Services
    Dept Of Defense
    The Department of Defense, through the Department of the Navy's NAVSUP Fleet Logistics Center Norfolk, is soliciting proposals for Maritime Operations Center (MOC) Support Services. The primary objective of this procurement is to provide a comprehensive range of technical services aimed at enhancing warfighting capabilities and addressing operational gaps within the MOC framework, which is critical for effective command and control of naval operations. This solicitation is intended for a sole source contract, with a performance period spanning four months, and requires offerors to possess a current Top Secret facilities clearance. Interested parties should direct inquiries to Mary Taylor at mary.a.taylor263.civ@us.navy.mil or Jacob Gephart at jacob.n.gephart.civ@us.navy.mil, with proposals due by December 15, 2025, at 10:00 AM.
    USNS MEGAR EVERS 2026 MTA
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is soliciting proposals for the USNS MEGAR EVERS 2026 Maintenance and Technical Assistance (MTA) contract. This opportunity involves various amendments to the original solicitation, including the addition and revision of work instructions, correction of contract line item numbers, and updates to the period of performance, which has been adjusted to span from August 19, 2026, to October 7, 2026. The contract is critical for ensuring the operational readiness and maintenance of naval vessels, particularly in the shipbuilding and repairing sector. Interested parties should note that the request for comments (RFC) is due by 10:00 AM EST on February 16, 2026, with the request for proposals (RFP) closing at 1:00 PM EST on March 5, 2026. For further inquiries, potential bidders can contact Darius Swift at darius.swift.civ@us.navy.mil or by phone at 564-226-4528.
    PNSY-Sanitary Tank Cleaning
    Dept Of Defense
    The Department of Defense, through the Portsmouth Naval Shipyard, is seeking quotes for the cleaning and sanitizing of sanitary tanks aboard a U.S. submarine while it is in dry dock in Kittery, Maine. The procurement requires compliance with specific cleanliness standards (SSPC-SP 1), the use of sodium hypochlorite for sanitization, and bacteriological testing for E. coli or enterococci, emphasizing the importance of maintaining high hygiene standards in submarine maintenance. This total small business set-aside contract has a performance period from March 3, 2026, to June 2, 2026, with proposals due by December 29, 2025. Interested contractors must be U.S.-owned, provide U.S. citizen personnel, and be registered in SAM.gov; inquiries can be directed to William LeDuc III at william.v.leduciii.civ@us.navy.mil or by phone at 207-994-4935.
    Service and maintenance of the AmeriWater Reverse Osmosis (RO) Water Treatment System and VIQUA Ultraviolet {UV) Water Disinfection System at the Naval Medical Center San Diego
    Dept Of Defense
    The Defense Health Agency (DHA) is soliciting bids for the service and maintenance of AmeriWater Reverse Osmosis (RO) and VIQUA Ultraviolet (UV) Water Treatment Systems at the Naval Medical Center San Diego, specifically for the Ophthalmology Department. The procurement requires contractors to provide comprehensive maintenance services, including preventive and corrective maintenance, water quality testing to AAMI ST-108 standards, and adherence to various regulatory requirements. These systems are critical for ensuring safe and effective water treatment in a medical setting, underscoring the importance of reliable service and maintenance. Interested contractors must submit their quotes by October 20, 2025, at 10:00 AM Pacific, including a technical capabilities statement and past performance references, and can contact Elliott Penetrante or Isaac Don Willies for further information.
    PMP for Water Facilities Circulation Systems
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Systems Command (NAVFAC) Far East, is soliciting proposals for a Preventive Maintenance Program (PMP) for water facilities circulation systems at the U.S. Commander Fleet Activities Yokosuka (CFAY) in Japan. The procurement aims to establish a combination contract that includes both recurring and non-recurring maintenance services for these critical water supply facilities. This initiative is vital for ensuring the operational integrity and reliability of water systems essential for military readiness and support. Interested contractors should contact Mayumi Ikeno at mayumi.ikeno.ln@us.navy.mil or call 046-816-4201 for further details regarding the solicitation process.
    L019 - Safe Haven lay/docking services.
    Dept Of Defense
    The Department of Defense, through the Naval Supply Systems Command Fleet Logistics Center Norfolk, is seeking qualified vendors to provide Safe Haven lay/docking services. This procurement aims to secure services that will commence around March 17, 2026, and continue through March 17, 2031, covering a five-year ordering period, and will be solicited as a total small business set aside. These services are crucial for the operational readiness and maintenance of naval vessels, ensuring they have safe docking facilities when needed. Interested parties can reach out to Kelley Nevelsteen at kelley.j.nevelsteen.civ@us.navy.mil or Carlton Walton at carlton.walton@navy.mil for further information.