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

Buyer

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

NAICS

Other Services to Buildings and Dwellings (561790)

PSC

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

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The U.S. Navy is seeking a contractor to provide comprehensive regional swimming pool maintenance services for various military installations and naval bases in the Hampton Roads area of Virginia. The focus is on ensuring proper pool operation and safety, including water treatment, seasonal start-up and shutdown procedures, and off-season maintenance. The procurement aims to maintain these facilities efficiently, adhering to strict safety and environmental regulations.

    The requirement outlines the need for diligent daily reports and certifications, emphasizing the importance of maintaining water quality and the operational readiness of multiple pools across naval installations. The contract, with an estimated value of over $6,000, seeks a dedicated partner to manage these essential training facilities.

    The solicitation process has been amended to extend the proposal deadline, providing potential vendors with ample time to submit their offers. Interested parties should closely review the amended solicitation documents, which contain key information and deadlines. The contact details for the procurement are included in the solicitation documents.

    Point(s) of Contact
    Files
    Title
    Posted
    The primary objective of this procurement is to secure labor services in various occupations for a federal government agency. The focus is on acquiring personnel across diverse fields, including administrative support, automotive services, food preparation, health occupations, information technology, and protective services, to name a few. The agency seeks a diverse range of skilled workers, from accounting clerks and customer service representatives to medical professionals, information technology specialists, and police officers. The agency has issued a wage determination, specifying minimum hourly rates for each occupation. These rates vary considerably based on the type of work and range from $12.47 to $48.71 per hour. The contract will likely be a firm-fixed-price arrangement, with a potential value estimated at approximately $199.20 per week or $863.20 per month for health and welfare benefits. The scope of work involves hiring and managing a diverse workforce to fulfill specific job roles, with an emphasis on providing services across multiple locations. The successful vendor will be responsible for ensuring the recruitment, training, and management of these employees, guaranteeing they possess the required skills and qualifications. Key dates include the submission deadline, expected to be within a few weeks of the RFP release, and the anticipated contract start date, which is urgently required. The agency's evaluation criteria will likely focus on the vendor's ability to provide qualified personnel, their past performance, and cost effectiveness.
    The government seeks to contract various seasonal and year-round pool management and maintenance services for military bases. The focus is on operating and maintaining swimming pools, water parks, and recreational facilities, ensuring they meet safety and quality standards. These services include start-up, shutdown, and off-season maintenance procedures, with specific tasks such as pool covering, accessory installation, and water quality management. The pools are located at Cheatham Annex, Oceana, Dam Neck, and Norfolk Naval Shipyard, each with different operating hours and seasons. Contractors will be responsible for monitoring and maintaining pool systems, including pumps, filters, and chemical feeders, while adhering to safety protocols and conducting regular inspections. The procurement also entails managing pool accessories, lifeguard equipment, and plumbing fixtures. Key dates vary by location, with some pools opening around Memorial Day and closing after Labor Day. Evaluation criteria likely emphasize contractor experience, safety record, and ability to maintain pool operations within specified standards and timelines.
    The Navy seeks a contractor to provide support services for two military bases in Virginia Beach, Virginia: Dam Neck Annex and Little Creek Naval Amphibious Base. The primary goal is to obtain a comprehensive non-cost proposal and a separately bound price proposal. The non-cost proposal, limited to 100 pages, must detail the contractor's approach, staffing, methodology, and work plans in response to specified factors outlined in Section M. This includes a self-performance evaluation and information on subcontracting. Meanwhile, the price proposal requires a completed SF 33 form, financial and banking references, and other responsibility determination details. Offerors should note the emphasis on clarity and specificity in responding to the request's factors, cautioning against merely restating the work statement. A site visit is scheduled for 25 July 2024, and submissions are due before this date, with the entire process culminating in contracts that commence on various dates and run for periods up to ten months.
    The government seeks to contract pool maintenance and related services for multiple military installations over five option periods. The focus is on maintaining training pools, encompassing tasks such as seasonal start-up, shutdown, and routine water treatment. The procurement breaks down into recurring and non-recurring work, the latter involving unit-priced labor, equipment, and materials costs. For the base period and each option period, vendors will be responsible for providing seasonal pool maintenance, including water treatment, at specified naval sites. The non-recurring work entails one-time costs for labor, equipment, and materials, with quantities and prices detailed in the exhibits. This procurement, with an estimated value of over $6,000, seeks a comprehensive solution for pool maintenance and associated services across these military facilities. The evaluation of proposals will likely prioritize technical merit and cost-effectiveness. Key dates pertain to the five option periods, with Line Items 0001 to 0005 covering the base period and each subsequent option period respectively. Each period lasts 12 months, with options to extend at the government's discretion. The solicitation period may vary, and vendors must submit their proposals by the deadlines specified in the solicitation documents.
    The government seeks regional swimming pool maintenance services for multiple naval bases and installations in the Hampton Roads area through solicitation N4008523R2897. The focus is on ensuring proper pool maintenance and operation, including water treatment, seasonal start-up and shutdown, and off-season care. This involves managing personnel, equipment, and facilities to meet operational needs while adhering to safety and environmental regulations. Contractors must provide daily reports and certifications, with specific requirements for water quality testing and training. Non-recurring work may also be ordered, utilizing DoD FEDMALL or task orders. The contract, amended to address clarification questions, emphasizes timely submission and performance, extending the offer deadline. Inspection of the pools is available following a site visit on July 25, 2024, and the KO will communicate scheduled work periods.
    The government seeks regional facility investment services for multiple training pools across naval bases in Virginia, including Norfolk, Portsmouth, Virginia Beach, and Dam Neck. The focus is on maintaining pool operations and water quality. This amendment to the solicitation clarifies that the contractor will ensure proper pool maintenance and operation per specified standards, submitting daily and monthly reports. The work involves vacuuming, water treatment, and equipment maintenance, with some tasks varying by pool location. The contract is performance-based, and the incumbent is Mechanical Resources, Inc., with contract number N4008519D9033. Responders to the solicitation must acknowledge the amendment by the deadline, or their offers may be rejected.
    The primary objective of this procurement is to obtain investment services for regional training pools located at several naval bases in Virginia, namely the Norfolk Naval Shipyard, Portsmouth, Virginia Beach, and Oceana Naval Air Station. The focus is on managing and enhancing these facilities to support naval operations effectively. The agency seeks a partner to provide comprehensive management, maintenance, and investment services for these regional training pools. The preferred contractor will oversee and ensure the proper functioning and upkeep of the pools, implementing solutions for water treatment, equipment maintenance, and general facility management. Key requirements include the ability to maintain water quality, perform regular cleaning and repairs, and ensure the pools' overall operational readiness. The contractor must adhere to strict military base access requirements and security protocols. The scope of work involves regular inspections, preventative maintenance, and prompt issue resolution. The contractor will manage pool water chemistry, oversee maintenance personnel, and coordinate with base stakeholders. They will also be responsible for organizing and conducting periodic training sessions for users and ensuring compliance with relevant regulations. The contract, valued at around $230,000, is expected to be a firm-fixed-price agreement, with an anticipated start date of September 2024. Offerors must submit their proposals by the extended deadline, yet to be determined, to be considered. The evaluation of proposals will prioritize past experience managing aquatic facilities and the ability to maintain a high standard of water quality and safety. Cost-effectiveness and a demonstrated understanding of military operations will also be considered.
    The primary objective of this procurement is to obtain regional facility investment services for multiple naval bases in Virginia. The focus is on enhancing regional training pools located at the Norfolk Naval Shipyard, Portsmouth, Virginia Beach, and Oceana Naval Air Station. The revised Section J and Attachment J-1503040 outline specific requirements for these services, emphasizing facility investments and regional training support. The contracting officer seeks a comprehensive understanding of these requirements and the ability to extend the proposal deadline, now set for 2:00 PM EST on August 7, 2024. Potential vendors must acknowledge the receipt of this amendment and are permitted to submit revised offers reflecting the changes outlined herein. The evaluation of offers will consider factors such as the acknowledgment of this amendment, compliance with specifications, and the proposed approach to the extended scope of work. This amendment constitutes a revision of the original solicitation, extending the deadline while emphasizing the government's focus on obtaining efficient facility investment services for its regional training pools.
    The government seeks a comprehensive solution for managing its swimming pools and related facilities, encompassing seasonal start-up, shutdown, and off-season maintenance services. The focus is on ensuring the operational readiness and safety of these facilities. Multiple pools across naval bases and annexes are involved, each with specific details outlined in Attachment J-1503040-03. The Scott Center Swimming Pool at Norfolk Naval Shipyard has a 500,000-gallon plastic liner and requires various maintenance tasks, while Cheatham Annex's Gator Pool and others have detailed equipment inventories and maintenance procedures. Attachment J-1503040-04 outlines daily reporting requirements, emphasizing job safety and work performed. Seasonal start-up and shutdown procedures are detailed in Attachment J-1503040-05, involving tasks like pool covering, accessory installation, and water quality testing. Attachment J-1503040-06 focuses on off-season maintenance, outlining frequent monitoring and cleaning tasks. Attachment J-1503040-07 and J-1503040-08 specify pool operating hours and days for different locations. The procurement aims to maintain these facilities efficiently, ensuring a safe and functional environment for patrons while adhering to strict safety and maintenance standards. Key dates are mentioned, indicating the annual pool season's start and end, with off-season maintenance outlined. The evaluation of proposals may consider factors like safety record, quality control, and past performance.
    The procurement objective of this RFP is to contract a wide range of facility management and administrative services at various military installations in the Tidewater region of Virginia. The services encompass a comprehensive list of tasks, primarily focused on maintaining operational readiness and supporting the daily functions of these installations. These services include general facility management, administrative assistance, and specialized support such as public safety, health care, and environmental sustainability. The scope of work covers a broad range of tasks, from managing work orders and ensuring compliance with safety and security protocols to conducting training sessions and handling emergency situations. The contract is designed as a performance-based agreement, offering a blend of firm-fixed-priced and time-and-materials elements. The estimated value is substantial, reflecting the comprehensive nature of the required services. Key dates include the submission deadline, expected to be within 30 days of the RFP release, and the potential contract start date, which is anticipated for early FY 2024. Evaluation criteria will assess the offerors' ability to meet performance objectives, with particular emphasis on their management expertise, quality assurance plans, and safety programs.
    The government agency seeks a contractor to provide various services related to facility management and operations. The procurement objectives include maintaining delivery schedules, work status updates, and reporting. Several deliverable submissions are required, such as plans of action, cybersecurity incident reports, quality management plans, and safety-related documents. The agency emphasizes the need for timely notifications and reports, often with specific timeframes, ranging from immediate responses to monthly or annual submissions. For instance, under the section titled "Deliverables," the government specifies that the contractor must submit a "Water Analysis Report" by 0800 every day and on the first workday of each month, while a "List of Key Personnel and Qualifications" is due within 15 calendar days of the contract's start. The contract appears to be focused on managing and reporting on various aspects of facility operations, maintenance, and safety, with a rigorous schedule for submissions and responses. The scope of work encompasses regular status updates, incident reporting, and various plans and submissions related to security, quality control, and environmental protection. The contract is likely to be complex, requiring close coordination with government representatives. The evaluation criteria are not explicitly mentioned in the files provided, so a detailed assessment of how proposals will be evaluated cannot be determined. However, it's reasonable to assume that the agency will prioritize factors such as timely delivery, quality of services, and compliance with technical specifications.
    The government seeks a contractor to provide specialized software and hardware for an advanced surveillance system. This system, titled RLCA:AS8SALI, appears to be aimed at enhancing public safety and security. The objective is to procure a comprehensive solution, including real-time video analytics and a robust network for efficient data transfer. The RFP outlines a firm requirement for a certain quantity of 'beeguq]k' devices, seemingly custom-made for this system, with specific functionalities like real-time tracking and high-resolution imaging. Vendors will need to supply these devices, each with the ability to process and transmit HD video data. In addition, the scope involves setting up an integrated network infrastructure to support this system. This includes configuring switches, routers, and associated hardware to handle the video data transmission, presumably over a secure connection. The contractor will also be responsible for providing technical support and user training. The RFP indicates a preferred vendor who can offer a turn-key solution, with experience in implementing such systems, and details a flexible pricing structure. Proposals will be evaluated based on their technical merit, with particular focus on the effectiveness of the offered solution. Cost considerations are also important, however. Key dates include a submission deadline, with the entire procurement process slated for completion within a rigorous timeline.
    The U.S. Navy seeks regional swimming pool maintenance and repair services for various military installations in Virginia. This firm-fixed price, indefinite delivery/indefinite quantity contract aims to secure recurring and non-recurring services for a base year, with five optional years. The contract encompasses a range of tasks, including repairs, management, and administration. Vendors must submit proposals by the specified deadline, with the contract potentially leading to a minimum guarantee for the base year's recurring work. Evaluation criteria will assess technical merit and price, with contract awards based on a combination of both. Key dates include a submission deadline of 2:00 PM local time on July 18, 2024, and contractors must register access to military installations through the Defense Biometric Identification System.
    Similar Opportunities
    6550 - Pool Maintenance modification to response questions submitted in response to the solicitation.
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP FLT LOG CTR Norfolk, is seeking contractors for pool maintenance services at the Aviation Survival Training Center (ASTC) in Norfolk, VA. The procurement involves a modification to the solicitation, which outlines the responsibilities for maintaining water chemistry, cleanliness, and overall operational readiness of the pool facility, ensuring compliance with all relevant safety and health regulations. This contract is crucial for maintaining training operations, as it aims to reduce lost training days and ensure high-quality service delivery through effective monitoring and quality control. Interested contractors can reach out to Esteffani Varela at 215-697-9112 or via email at Esteffani.varela.civ@us.navy.mil for further details regarding the solicitation and its requirements.
    Maintenance and Repair Services of Class III Training Support Equipment, Dam Neck Annex, Virginia Beach, Virginia
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting proposals for maintenance and repair services of Class III Training Support equipment located at Dam Neck Annex in Virginia Beach, Virginia. This procurement aims to ensure the operational readiness and functionality of critical training support equipment in the Hampton Roads Area. The services are vital for maintaining the equipment used in military training exercises, thereby supporting the overall mission of the Navy. Interested contractors should note that the proposal due date has been extended to September 17, 2024, and must acknowledge receipt of Amendment 0002 to avoid rejection of their offers. For further inquiries, contact Christine Briggs at christine.t.liesener.civ@us.navy.mil or LeeArjetta Hamilton at leearjetta.w.hamilton.civ@us.navy.mil.
    Regional Diving Services at the Sewell?s Point Area of the Naval Base Complex, Norfolk, Virginia, the Lamberts Point Area of the Elizabeth River, Yorktown, Cheatham Annex, and the Norfolk Naval Shipyard, Portsmouth, Virginia and Other Areas of Responsibil
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command (NAVFACSYSCOM) Mid-Atlantic, is seeking qualified contractors to provide regional diving services at various locations, including the Sewell’s Point Area of the Naval Base Complex in Norfolk, Virginia, and the Norfolk Naval Shipyard in Portsmouth, Virginia. The procurement aims to support operations in the specified areas of responsibility (AOR) by ensuring the availability of professional diving services for maintenance and operational tasks. These services are critical for maintaining the safety and functionality of naval facilities and supporting maritime operations. Interested contractors can reach out to Melinda Robinson at melinda.l.robinson@navy.mil or 757-341-0690, or LeeArjetta Hamilton at leearjetta.w.hamilton.civ@us.navy.mil or 757-341-1971 for further details regarding the solicitation process.
    Pool Maintenance and Service (Aquatic Water Center), Fort Wainwright.
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Army, is soliciting proposals for pool maintenance and service at the Aquatic Water Center located at Fort Wainwright, Alaska. This contract entails providing non-personal services to maintain and operate the facility's pools and equipment, ensuring compliance with health and safety standards while performing maintenance outside of regular operating hours to avoid disruption. The contractor will be responsible for all necessary labor, materials, and equipment, adhering to the Performance Work Statement (PWS) and various federal regulations, including wage determinations and quality assurance measures. Proposals are due by 11:00 AM on September 17, 2024, and interested parties can contact Zainab Obatayo at zainab.a.obatayo.civ@army.mil or Jeffrey Morgan at jeffrey.a.morgan69.civ@army.mil for further information.
    Facility Investment for Regional Maintenance of Grease Trap Services
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVFACSYSCOM Mid-Atlantic, is seeking qualified contractors for a Facility Support, Firm Fixed Price (FFP)/Indefinite Delivery/Indefinite Quantity (IDIQ) contract focused on providing Facility Investment services for grease trap maintenance at various Naval facilities in Virginia. The contractor will be responsible for all labor, management, supervision, tools, materials, and equipment necessary for both recurring and non-recurring services related to grease traps, kitchen exhaust systems, and other related facilities. This procurement is crucial for maintaining compliance and safety in facility operations, ensuring effective service delivery across multiple installations. The solicitation is set to be posted electronically on SAM.gov by September 18, 2024, with proposals due at least 30 days thereafter. Interested contractors must register in the System for Award Management (SAM) to be eligible for award, and inquiries should be directed to Asia Bracey at asia.c.bracey.civ@us.navy.mil or by phone at 757-341-1226.
    Marine Boatyard Repair and Maintenance Support LOT I for the Mid-Atlantic Regional Maintenance Center
    Active
    Dept Of Defense
    The Department of Defense, through the Mid-Atlantic Regional Maintenance Center (MARMC), is soliciting proposals for a Marine Boatyard Repair and Maintenance Support contract (N50054-24-R-0007) aimed at providing comprehensive repair and maintenance services for U.S. Navy vessels in the Hampton Roads area, primarily within a 100-mile radius of Naval Station Norfolk, Virginia. The contract will be structured as an Indefinite Delivery Indefinite Quantity Multiple Award Contract (IDIQ-MAC), with a base year and four one-year ordering periods, focusing on depot-level repairs, maintenance, and alterations, while ensuring compliance with safety and environmental regulations. This procurement is designated as a Total Small Business Set-Aside, with the applicable NAICS code being 336611 (Ship Building and Repair), and interested contractors are required to submit their proposals through the Procurement Integrated Enterprise Environment (PIEE) solicitation module by the specified deadlines. For further inquiries, contractors may contact Jake Grady at jake.a.grady2.civ@us.navy.mil or Kevin Cooper at kevin.r.cooper20.civ@us.navy.mil.
    Professional Services to support the Navy’s Public Works Business Line for work predominantly within the NAVFAC Atlantic Area of Responsibility (AOR)
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Systems Command (NAVFAC), is soliciting proposals for professional services to support the Navy’s Public Works Directorate, primarily within the NAVFAC Atlantic Area of Responsibility. The contract, identified as N6247023R9002, encompasses a range of services including operational support, logistics management, facility condition assessments, and energy efficiency surveys, with a total contract value of up to $60 million over a maximum term of five years. This procurement is critical for enhancing the efficiency and effectiveness of public works services, ensuring compliance with regulations, and promoting small business participation through subcontracting commitments. Proposals are due by 2:00 PM on October 2, 2024, and interested parties can contact Weston Polen at weston.c.polen.civ@us.navy.mil or Amber Forehand-Hughes at amber.l.forehand-hughes.civ@us.navy.mil for further information.
    Thimble Shoal Maintenance Dredging
    Active
    Dept Of Defense
    The U.S. Army Corps of Engineers (USACE) Norfolk District is pre-soliciting for maintenance dredging at Thimble Shoal, Hampton Roads, Virginia. The upcoming solicitation seeks a firm to perform hopper dredging in the Thimble Shoal Channel, reaching a required depth of -56 feet MLLW. The work involves dredging, transporting, and placing dredged material at the Dam Neck Ocean Disposal Site. The estimated volume of dredging is 1,000,000 to 1,500,000 cubic yards. The contract will be awarded as a firm-fixed-price (FFP) arrangement, with a projected value between $25 million and $100 million. It will be solicited as unrestricted, falling under NAICS code 237990. Bidders should be prepared to submit bid bonds and financial statements demonstrating their ability to undertake the project. The solicitation is expected to be released in October 2024 on the Procurement Integrated Enterprise Environment (PIEE) website. Bidders will have 30 days to respond. It's crucial for interested parties to regularly check the website for any updates or changes. Telephone inquiries can be directed to the project contacts, AMY COODY or Tiffany Kirtsey, whose details are available in the notice. This summary provides an overview of the pre-solicitation information. For detailed requirements and guidelines, refer to the official notice and forthcoming solicitation documents.
    J--Boat Preventative Maintenance and Repair
    Active
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE DEPT OF THE NAVY is seeking preventative maintenance and repair services for four harbor security boats at Naval Weapons Station Yorktown, VA. The services will be acquired through a small business set-aside procurement action. The contract will have a three-year ordering period starting on July 1, 201 and ending on June 30, 2021. Interested vendors can download the request for quote from the NECO and FBO websites. Vendors must be registered in the Central Contractor Registration (CCR) database to be eligible for award. For more information, contact Carlton Walton at carlton.walton@navy.mil.
    Marine Boatyard Repair and Maintenance Support LOT II for the Mid-Atlantic Regional Maintenance Center
    Active
    Dept Of Defense
    The Department of Defense, through the Mid-Atlantic Regional Maintenance Center (MARMC), is soliciting proposals for the Marine Boatyard Repair and Maintenance Support LOT II contract, aimed at providing comprehensive repair and maintenance services for U.S. Navy vessels in the Hampton Roads area. The contractor will be responsible for delivering management, labor, material support services, and equipment necessary for depot-level repairs, alterations, and maintenance of various non-commissioned boats and associated systems. This contract is critical for ensuring the operational readiness of naval assets and will be awarded as a Firm Fixed Price/Indefinite Delivery Indefinite Quantity (FFP/IDIQ) contract, with a base year and four one-year ordering periods. Interested small businesses must submit their proposals through the Procurement Integrated Enterprise Environment (PIEE) by the specified deadline, and can direct inquiries to primary contact Jake Grady at jake.a.grady2.civ@us.navy.mil or secondary contact Willie Ross at willie.r.ross.civ@us.navy.mil.