Tents (Beale AFB Airshow 2025)
ID: FA468625Q0030Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4686 9 CONS PKBEALE AFB, CA, 95903-1702, USA

NAICS

All Other Consumer Goods Rental (532289)

PSC

LEASE OR RENTAL OF EQUIPMENT- TEXTILES, LEATHER, FURS, APPAREL AND SHOE FINDINGS, TENTS AND FLAGS (W083)

Set Aside

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

    The Department of Defense, through the Department of the Air Force, is seeking contractors to provide pool coverage and accessories for Beale Air Force Base in California. The procurement aims to install two anchored pool cover systems at the Lakehouse and Main Base Pools to prevent crane fly larvae infestations and debris accumulation, ensuring the pools remain operational for military personnel and their families. The selected contractor will be responsible for supplying high-quality polypropylene mesh covers that accommodate existing pool obstructions, with installation scheduled to begin on or after September 29, 2025. Interested parties should contact Jonathan Clark at jonathan.clark.37@us.af.mil or Angel G. Delgado at angel.delgado.1@us.af.mil for further details, and a mandatory site visit is set for August 7, 2025.

    Files
    Title
    Posted
    The document addresses questions and answers for a 9 FSS Pool Coverage and Accessories contract, clarifying that it is a new requirement with no incumbent. It provides detailed measurements and obstacle locations (ladders, slides, lifts, lifeguard stands, chair lifts, dive blocks, and corner plates) for two pools: the Lakehouse pool (74’7” L x 41’7” W) and the Main Base Pool (82’ L x 41’8” W). The document also includes an extensive list of A and B point measurements for a drawing or point plot. Crucially, it states that automatic, non-safety rated pool cover systems are unacceptable if they cannot accommodate existing obstructions or lack mobility mechanisms, as the primary goal is debris prevention.
    The document addresses contractor inquiries related to a new federal requirement for pool coverage and accessories. It confirms that there is no incumbent contractor and provides specific measurements for two pools: the Lakehouse pool and the Main Base pool. Key details include nonremovable features such as ladders, slides, and lifts, which necessitate the need for precise location information for cover modifications. The document outlines measurements for various obstacles and installations adjacent to the pools, detailing distances from coping to specific structures like poles and lifts. This information is critical for contractors who will design or fit pool covers to ensure compliance with safety and operational standards. Overall, the document serves as a foundational reference for contractors preparing bids for this government RFP, emphasizing the importance of accurate measurements in the project scope.
    The document outlines the specifications and requirements for the 9 FSS Pool Coverage and Accessories Contractor project, emphasizing that it is a new contract without an incumbent. It addresses questions regarding the non-removable nature of pool components such as ladders and slides and includes precise measurements for both the Lakehouse and Main Base Pools to support potential contractors in their bids. Updated drawings reflecting the A & B points are provided to facilitate ordering. Additionally, it discusses an automatic pool cover system designed to conserve energy but notes its limitations, specifically its inability to handle existing pool obstructions such as slides and ladders. The document states that any product failing to meet these outlined standards will be deemed unacceptable. Overall, the communication aims to ensure that vendors are fully aware of the contract requirements and the essential criteria for submitting a qualified proposal, reinforcing the government's commitment to achieving functional and efficient pool management.
    The document addresses questions and answers related to the 9 FSS Pool Coverage and Accessories Contractor RFP. It clarifies that there is no incumbent for the contract, indicating it is a new requirement. Key aspects discussed include the non-removability of pool accessories like ladders, slides, and lifts, with specific measurements provided for both the Lakehouse and Main Base pools. Detailed obstacle measurements around the pools are included to assist contractors in understanding site specifications. Additionally, it confirms the availability of a point plot for coordinates referenced in the layout plans, facilitating precise ordering and construction. This information is critical for potential contractors responding to the RFP, ensuring that they can accurately quote based on the specific needs and dimensions outlined. Overall, the document serves to clarify project requirements and provide essential details to ensure compliance with the RFP.
    The document outlines a solicitation/contract for commercial products and services directed at Women-Owned Small Businesses (WOSBs) concerning pool coverage and accessories for the 9th Force Support Squadron at Beale AFB, California. The acquisition aims to address issues like crane fly larvae and debris management at military swimming pools to ensure their availability for personnel and families. The contract will require the successful vendor to fulfill a firm fixed price arrangement and comply with various Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) clauses promoting small business participation, specifically targeting economically disadvantaged women-owned small businesses and others specified. The delivery of items must occur within 30 calendar days post-award, with various terms regarding payment and administration set forth, including guidelines for invoice submissions through electronic means. This solicitation emphasizes the government's commitment to supporting small business participation in federal contracts while ensuring quality and compliance in fulfilling military service requirements.
    The 9th Force Support Squadron (9th FSS) at Beale AFB, California, seeks to procure two pool covers and associated products to enhance pool maintenance and hygiene. The initiative aims to alleviate issues such as crane fly larvae infestations and debris accumulation, ensuring the swimming pools remain open for public use. The contractor is required to supply pool covers that are UV resistant and structured with reinforced seams, tailored to fit specified dimensions for both the Lake House and Main Base Pools. Additionally, manual storage reels made from non-corrosive materials are needed for easy handling, along with protective covers for the reels to withstand outdoor conditions. All products must be delivered within 30 days of the order. This procurement reflects the commitment of the 9th FSS to maintain the well-being of military personnel and their families by providing essential recreational facilities.
    The 9th Reconnaissance Wing will host an open house Air Show at Beale Air Force Base, California, from June 6 to 8, 2025. This Statement of Work (SOW) outlines the requirements for tent rental and set-up/tear-down services, specifically targeting a Distinguished Visitor (DV) area. A 60’x40’ tent with specific wall configurations and 47 10’x10’ and 4 10’x20’ canopy tents is needed, all white, properly stabilized, and set up by June 6 at 0900. Responsibilities include delivering and constructing the space, on-site technician support throughout the event for troubleshooting, and adhering to safety and security protocols as mandated by Beale AFB. The contractor must ensure compliance with liability insurance and security requirements, including background checks for personnel accessing the installation. Successful execution is vital for the event's functionality and visitor experience.
    The Statement of Work (SOW) outlines the requirements for installing two anchored pool cover systems at the Lakehouse and Main Pool to mitigate crane fly larvae infestations and debris accumulation during the offseason. The contractor must provide all materials, labor, and supervision for installation on or after September 29th. The pool covers must be high-quality polypropylene mesh, covering the entire pool and extending 18 inches beyond, with specific dimensions for each pool. They need to accommodate obstructions like slides and ladders. The anchoring system must be non-corrosive, secured into the deck, and not create tripping hazards. Storage options include bags or stainless steel reels with sufficient capacity and mobility. An optional UV-resistant reel protector is also specified. All systems must come with a minimum 10-year warranty. A mandatory site visit is scheduled for August 7, 2025, with strict access requirements.
    The document outlines a Statement of Work (SOW) for the installation of two anchored pool cover systems for the Lakehouse and Main Pool locations. The contractor is responsible for supplying materials, labor, and supervision for the installation, which is scheduled after the pool closing on September 29. Both pools have specific requirements: the Lakehouse pool must accommodate saltwater, while the Main Pool is for freshwater. The primary purpose of the covers is to prevent debris accumulation and mitigate crane fly larvae infestations. The SOW specifies the materials and features of the covers, including a high-quality polypropylene fabric, secure anchoring systems, and proper storage solutions. The covers should fully extend beyond the pool edges and accommodate obstructions. The contractor must complete a site visit scheduled for August 7, 2025, and coordinate installation timings with the designated Point of Contact (POC). A warranty of at least ten years on the installed systems is a requirement. This SOW falls under the purview of federal contracting, addressing facility maintenance and environmental concerns relevant to governmental entities.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Fall Protection Certification Services
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to provide Fall Protection Certification Services at Edwards Air Force Base in California. The procurement includes comprehensive inspection, certification, and training services for fall protection systems, ensuring compliance with safety standards and regulations. This contract is particularly significant as it involves maintaining safety protocols for personnel working at heights, with a total award amount of $11,500,000 over a performance period from January 1, 2026, to December 31, 2030, including one base year and four option years. Interested small businesses must submit their quotes by December 15, 2025, and can direct inquiries to Contract Specialist Alexia Del Real at alexia.delreal@us.af.mil or Contracting Officer Suzanna Kussman at suzanna.kussman@us.af.mil.
    14459 - Anchor Points Follow-On
    Dept Of Defense
    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 involves comprehensive inspections and recertifications of anchor points, rails, trolleys, and associated hardware, along with minor repairs during recertification, as outlined in the Performance Work Statement. These services are critical for ensuring safety and compliance with regulations at the U.S. Air Force's Ogden Air Logistics Complex and Utah Training & Test Range. Interested small businesses must contact Hugo Ruano Gutierrez or Lelauni Jenkins for further details, with proposals due in accordance with the solicitation timeline.
    FY 26 USAFA Swimsuits and Compression Shorts
    Dept Of Defense
    The Department of Defense, through the United States Air Force Academy (USAFA), is soliciting quotes for Cadet Swimsuits and Compression Shorts for fiscal year 2026. This procurement is a total small business set-aside, aiming to award a firm-fixed-price purchase order for men's and women's swimwear, which includes specific requirements for materials, sizes, and performance features as outlined in the attached specifications. The goods are essential for the cadets' athletic and training activities, ensuring compliance with uniform standards. Interested vendors must submit their quotes by December 23, 2025, at 10:00 A.M. Mountain Standard Time, and can direct inquiries to Danielle Hyde or Marissa Morris via email for further clarification.
    Weed Abatement and Power Washing Services
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is conducting a sources sought notice to identify potential contractors for weed abatement and power washing services at Edwards Air Force Base in California. The primary objective is to perform initial cleanup and quarterly follow-up services, which include removing large weeds and grasses, applying chemical weed inhibitors, and power washing designated buildings and walkways. These services are crucial for maintaining the cleanliness and safety of the base's facilities. Interested parties must submit their company information, experience, and business size classification by 10:00 AM Pacific Standard Time on December 18, 2025, to the primary contact, Karla Vazquez, at karlalizette.vazquezmontes@us.af.mil, or the secondary contact, Carmen Barahona, at carmen.barahona@us.af.mil.
    Solicitation Protective Coating and Marking Services
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for Protective Coating and Marking Services at Joint Base Andrews (JBA) in Maryland. The contractor will be responsible for providing all necessary personnel, equipment, and materials to perform tasks such as airfield rubber removal, striping of airfields, streets, and parking lots, as well as maintaining protective coatings and signs across JBA and its surrounding sites. This procurement is critical for maintaining the operational integrity and safety of airfield and pavement markings, which are essential for military operations. Interested contractors, particularly those that are Service-Disabled Veteran-Owned Small Businesses, must register in the System for Award Management (SAM) and submit a Base Access Letter by December 17, 2025, to attend a site visit scheduled for December 19, 2025. The contract has a maximum ceiling of $9.5 million and a minimum order of $2,000, with proposals due by January 7, 2026. For further inquiries, potential bidders can contact Cameron Cox at cameron.cox.8@us.af.mil or Allen Tang at allen.tang@us.af.mil.
    17--COVER,AIRCRAFT GROU
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Troop Support), is seeking quotes for the procurement of aircraft covers, specifically NSN 1730012247729, under a total small business set-aside. The procurement includes two lines: 112 units to be delivered to DLA Distribution Depot Hill within 286 days and 1 unit to be delivered within 90 days. These aircraft covers are critical for the protection and maintenance of military aircraft, ensuring operational readiness and longevity. Interested vendors must submit their quotes electronically, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil.
    Request for Information (RFI)-- Modular Protection System
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE) Engineer Research and Development Center (ERDC), is conducting a Request for Information (RFI) to identify potential vendors capable of fabricating and delivering a Modular Protection System-Overhead Cover (MPS-OHC). The procurement involves the fabrication of one 5 ft x 60 ft steel section to be delivered to Vicksburg, MS, along with up to four 60 ft x 80 ft kits, including necessary accessories packaged in 20 ft ISO containers for delivery to Guam. This project is critical for enhancing operational capabilities and requires extensive steel fabrication expertise, including welding, plasma cutting, and assembly of various structural components. Interested vendors must submit their responses, including company information and capabilities, by 3:00 PM Central Standard Time on January 2, 2026, to Jennifer Hoben at Jennifer.Hoben@usace.army.mil and David Ammermann at David.G.Ammermann@usace.army.mil.
    Tri-Base Area Construction Basic Ordering Agreement
    Dept Of Defense
    The Department of Defense, specifically the U.S. Air Force, is seeking qualified contractors for the Tri-Base Area Construction Basic Ordering Agreement (BOA) to perform various construction projects at RAF Lakenheath, RAF Mildenhall, and RAF Feltwell in the United Kingdom. The procurement aims to establish a framework for general construction, renovations, and maintenance services, ensuring compliance with U.S. and UK construction standards, health, safety, and environmental regulations. This BOA is crucial for maintaining and enhancing military infrastructure, with task orders to be competitively awarded based on pricing and quality criteria. Interested contractors should contact Mr. Roger Morris at roger.morris.7@us.af.mil or call 01638 522 394 for further details, and applications will be accepted on a rolling basis until the solicitation closes.
    Aquatic Plant Control at Raystown Lake
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE) Baltimore District, is seeking vendors for aquatic plant control services at Raystown Lake for the growing seasons from 2026 to 2030. The contractor will be responsible for applying herbicides to twelve designated sites covering a total of 83.5 acres, as well as collecting samples to assess herbicide concentration levels and documenting the effectiveness of treatments on targeted species. This procurement is crucial for maintaining the ecological balance and recreational quality of Raystown Lake. Interested parties should direct inquiries to Clark Miller or Brian Richardson via email, and are encouraged to monitor the notice for any updates or amendments, as this is a Sources Sought Notice and not a formal solicitation.
    RAFL Ballfields
    Dept Of Defense
    The Department of Defense, through the 48th Contracting Squadron at RAF Lakenheath, United Kingdom, is seeking feedback from companies capable of providing comprehensive ball field maintenance services for U.S. Visiting Forces locations across the UK. The procurement aims to ensure healthy grass growth and a professional appearance for the ball fields from April 1 to October 31 annually, with responsibilities including trimming fence lines, controlling vegetation, and repairing any damage caused by the contractor. Interested firms must submit capability statements via email by December 29, 2025, detailing their qualifications, willingness to enter a five-year Blanket Price Agreement, and readiness to commence services in March/April 2026. For further inquiries, interested parties can contact SrA Mariah French at mariah.french@us.af.mil or Alyanna Parsons at alyanna.parsons@us.af.mil.