Regional Swimming Pool Maintenance Services for the Hampton Roads Area
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The Department of the Navy, NAVFACSYSCOM MID-ATLANTIC, is soliciting proposals for Regional Swimming Pool Maintenance Services for the Hampton Roads Area. This is a Firm-Fixed Price, Indefinite Delivery/Indefinite Quantity (IDIQ) contract to manage, operate, and maintain training pools at various naval facilities. This opportunity is a Total Small Business Set-Aside. Proposals are due Tuesday, May 13, 2025, at 2:00 PM EST.
Scope of Work
The contractor will provide all labor, management, supervision, tools, material, and equipment for comprehensive pool maintenance. This includes:
- Recurring Work: Pool operator maintenance, water treatment, seasonal start-up, seasonal shutdown, and off-season maintenance to ensure water quality and facility condition.
- Non-Recurring Work: Specific tasks may be ordered as needed, with unit-priced labor, equipment, and material costs.
- Locations: Services cover training pools at Norfolk Naval Shipyard (Portsmouth, VA), Little Creek Naval Amphibious Base (Virginia Beach, VA), Oceana Naval Air Station (Virginia Beach, VA), Dam Neck Annex (Virginia Beach, VA), and Yorktown Naval Weapon Station/Cheatham Annex (Yorktown, VA).
- Responsibilities: The contractor is responsible for maintaining pool water chemistry, balancing, and systems per NAVMED P-5010-4 standards, including daily chemical management and vacuuming.
Contract Details
- Contract Type: Firm-Fixed Price, Indefinite Delivery/Indefinite Quantity (IDIQ).
- Term: A base period of 12 months, plus five (5) option periods, not to exceed a total of 66 months.
- Set-Aside: 100% Total Small Business Set-Aside (FAR 19.5).
- NAICS Code: 561790 (Maintenance Of Recreation Facilities (Non Building)) with a $9,000,000.00 small business size standard.
- Minimum Guarantee: The recurring price portion of the base year.
- Incumbent: Mechanical Resources, Inc. (Contract N4008519D9033).
Submission & Evaluation
- Proposal Due Date: Tuesday, May 13, 2025, at 2:00 PM EST.
- Submission Method: Proposals must be submitted via commercial carrier (e.g., Federal Express). Hand-carried, electronic, or USPS submissions will not be accepted.
- Evaluation Criteria: Award will be made on a Lowest Price Technically Acceptable (LPTA) basis. Proposals must be rated "ACCEPTABLE" under Technical Approach/Management, Corporate Experience, Safety, and Past Performance factors.
- Required Documentation: Bidders must review Attachment J-0200000-16 for ELINs and pricing structure, and Attachment J-1503040-03 for detailed pool inventory.
Key Amendments & Clarifications
This solicitation has undergone multiple amendments. The latest, Amendment 0008, updated the proposal due date to May 13, 2025, following previous extensions due to pre-award protests. Amendment 0006 revised Sections C and J, and modified various clauses. Amendment 0004 incorporated responses to proposal inquiries, clarifying contractor responsibilities for water chemistry, service frequency, and personnel qualifications.
Contact Information
For questions, contact Darlene H. Tucker at darlene.h.tucker.civ@us.navy.mil or 757-341-0093.