Skip to content
Department of Defense

Lifeguard Services - Request For Information

Solicitation: FA940126Lifeguard
Notice ID: f5392173cdbb43259f99b58ae9e933c4
TypeSources SoughtNAICS 713940DepartmentDepartment of DefenseAgencyDept Of The Air ForceStateNMPostedApr 03, 2026, 12:00 AM UTCDueApr 30, 2026, 09:00 PM UTCCloses in 24 days

Sources Sought from DEPT OF THE AIR FORCE • DEPT OF DEFENSE. Place of performance: NM. Response deadline: Apr 30, 2026. Industry: NAICS 713940.

DoD CMMC Readiness
Modern compliance support by Federal Bid Partners

CMMC support options for this DoD solicitation

As DoD CMMC rollout expands, approximately 80%+ of DoD solicitations are expected to include cybersecurity/CMMC requirements, including many non-tech scopes.

Done-for-you service
CMMC start-to-finish with FBP
$2,000
Registered Practitioner logo
Guided by a Registered Practitioner with practical DoD workflow support.
  • Gap review, remediation roadmap, and implementation support
  • Policy package, evidence mapping, and submission prep
  • Designed for primes and subs across non-tech and tech work
Start CMMC with Federal Bid Partners →
AI-powered application
CMMC Pulsar™ start-to-finish
$399
CMMC Pulsar logo
First-of-its-kind CMMC Pulsar™ app to run your CMMC workflow with AI assistance.
  • Structured checklist, AI guidance, and progress tracking
  • Build evidence and controls with clearer next-step workflows
  • Ideal for teams that want speed plus affordability
Open CMMC Pulsar™ →
Solicitation context: FA940126LIFEGUARD. Requirements vary by acquisition and contract type; COTS-only exceptions may apply.

Market snapshot

Awarded-market signal for NAICS 713940 (last 12 months), benchmarked to sector 71.

12-month awarded value
$6,122,102
Sector total $11,120,039 • Share 55.1%
Live
Median
$3,061,051
P10–P90
$2,943,487$3,178,615
Volatility
Stable8%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
55.1%
share
Momentum (last 3 vs prior 3 buckets)
+100%($6,122,102)
Deal sizing
$3,061,051 median
Use as a pricing centerline.
Live signal is computed from awarded notices already observed in the system.
Signals shown are descriptive of observed awards; not a forecast.

Related hubs & trends

Navigate the lattice: hubs for browsing, trends for pricing signals.

We write these bids →
Open on SAM.gov →
Map for NM
Live POP
Place of performance
Road Forks, New Mexico • 87117 United States
State: NM
Contracting office
Kirtland Afb, NM • 87117-0001 USA

Applicable Wage Determinations

SAM WDOL references matched to this opportunity's location and scope language.

WD Directory →
Best fit for this contractDavis-Bacon
NM20260031 (Rev 1)
Match signal: state matchOpen WD
Published Jan 30, 2026New Mexico • Cibola, Guadalupe, Harding +3
Rate
Carpenter Drywall Hanging Only
Base $24.08Fringe $10.79
Rate
CARPENTER Drywall Hanging Only
Base $29.09Fringe $16.20
+40 more occupation rates available in the full WD.
View more for this contract
3 more WD matches and 40 more rate previews.
Davis-BaconBest fitstate match
NM20260031 (Rev 1)
Open WD
Published Jan 30, 2026New Mexico • Cibola, Guadalupe, Harding +3
Rate
Carpenter Drywall Hanging Only
Base $24.08Fringe $10.79
Rate
CARPENTER Drywall Hanging Only
Base $29.09Fringe $16.20
Rate
ELECTRICIAN Zone 1
Base $40.30Fringe $13.41
+39 more occupation rates in this WD
Davis-Baconstate match
NM20260015 (Rev 1)
Open WD
Published Jan 30, 2026New Mexico • Colfax
Rate
CARPENTER Drywall Hanging Only
Base $24.08Fringe $10.79
Rate
Power Equipment Operator (2) Roller(Dirt and Grade Compaction)
Base $26.75Fringe $4.65
Rate
Bobcat/Skid Loader
Base $27.70Fringe $4.65
+38 more occupation rates in this WD
Davis-Baconstate match
NM20260028 (Rev 1)
Open WD
Published Jan 30, 2026New Mexico • San Miguel
Rate
CARPENTER Drywall Hanging and Drywall Finishing/Taping Only
Base $24.08Fringe $10.79
Rate
ELECTRICIAN Zone 1
Base $40.30Fringe $13.41
Rate
Power Equipment Operator (2) Roller(Dirt and Grade Compaction)
Base $26.75Fringe $4.65
+38 more occupation rates in this WD
Davis-Baconstate match
NM20260030 (Rev 1)
Open WD
Published Jan 30, 2026New Mexico • Union
Rate
CARPENTER Drywall Hanging Only
Base $24.08Fringe $10.79
Rate
ELECTRICIAN Zone 1
Base $40.30Fringe $13.41
Rate
Power Equipment Operator (2) Roller(Dirt and Grade Compaction)
Base $26.75Fringe $4.65
+38 more occupation rates in this WD

Point of Contact

Name
Monique McLaughlin
Email
monique.mclaughlin.2@us.af.mil
Phone
Not available
Name
Jinta Sasamori
Email
jinta.sasamori.1@us.af.mil
Phone
Not available

Agency & Office

Department
DEPT OF DEFENSE
Agency
DEPT OF THE AIR FORCE
Subagency
AIR FORCE GLOBAL STRIKE COMMAND
Office
FA9401 377 MSG PK
Contracting Office Address
Kirtland Afb, NM
87117-0001 USA

More in NAICS 713940

Description

1.0 Notice

This Request for Information is issued solely for market research and planning purposes. It is not a request for proposals or quotations, nor a solicitation for a contract, nor an assistance instrument award. This notice should not be interpreted as a commitment to issue a solicitation or award a contract, nor does it limit the Government’s approach to acquisition. This RFI does not obligate the Government, and the Government will not reimburse any costs incurred in responding. Its purpose is to assess industry interests, capabilities, and qualifications. Responses to this notice, along with other market research, will inform the acquisition strategy, and help the Government further define its requirement.

2.0 Proposed Contract Details

The objective of this Request for Information (RFI) is to identify sources capable of providing non-personal aquatic lifeguard services for the Kirtland Air Force Base 50-meter swimming pool. The primary goal is to ensure a safe and secure aquatic environment for all patrons. This includes providing certified and trained lifeguard personnel to conduct vigilant supervision of swimming activities, enforce all pool safety regulations, and administer immediate rescue and first aid care as required. A key objective is also to ensure the contractor can perform and report on daily water quality tests and effectively communicate with government representatives to ensure the pool is only operational when chemical levels are within a safe and acceptable range.

2.1 Required Hours of Operation

Lifeguard coverage is required for the following hours, Monday through Friday, excluding down days and Federal Holidays.

2.2 Please see attachments for Sample Duty Day Hours of Operations

2.3 Estimated Workload Calculation

Based on the required hours of operation, the estimated total operating hours are as follows for one lifeguard:

  • Weekly Hours: 45 hours
  • Monthly Hours (Approximate): 195 hours
  • Annual Hours: 2,340 hours

2.4 Projected Duties

  1. Opening Procedures: Contractor personnel could be responsible for daily opening tasks, including:
    • Conducting and documenting water quality tests.
    • Removing and stowing the automated pool cleaner.
    • Installing pool ladders and stairs for patron access.
    • Performing a comprehensive inspection of the facility to ensure it is safe, clean, and ready for use.
  2. Closing Procedures: At the conclusion of swim sessions, personnel would potentially be responsible for:
    • Ensuring all patrons have exited the premises.
    • Removing and storing pool ladders and stairs.
    • Deploying the automated pool cleaner for overnight cleaning.
    • Conducting a final security check to verify all doors and gates are secured and locked.
  3. Water Quality & Staffing:
    • The lifeguard staff's role could be limited to testing the pool water prior to opening. If chemical levels are outside the acceptable range, they would notify civil engineering to initiate a service call.
    • The handling, addition, and balancing of pool chemicals could be performed by a separate contractor.
    • The contractor would need to provide enough staff to keep at least two lifeguards on duty during operating hours, while also accommodating a required 10-minute break for each lifeguard every hour. This could be achieved with a minimum of three personnel per session.

3.0 Governing Regulations

All services must be performed in strict accordance with Department of the Air Force Instruction (DAFI) 34-101, Air Force Fitness and Sports Programs. Key excerpts regarding minimum staffing levels are provided for your reference:

  • 20.6.1. At a minimum, two lifeguards are required to be on duty and at their stations during open recreational swimming. A minimum patron-to-lifeguard ratio of 50:1 or less must be maintained.
  • 20.6. Stricter state and local laws governing lifeguard staffing must be followed. Staffing levels must accommodate a 10-minute break every hour for lifeguards.
  • 20.6.2. During adult lap swimming or instructional programs with fewer than 20 participants, at least one lifeguard is required. This requirement can be met by a lifeguard-certified instructor who remains out of the water and in a position to supervise the entire group.

4.0 Requested Information & Submission Details

Interested parties who desire to participate in this RFI are encouraged to submit responses that clearly demonstrate an ability to meet the stated requirements in the time frame specified. Submissions should be organized as follows:

4.1 Statement of Capabilities

Please limit your Statement of Capabilities to no more than seven (7) single-spaced, 12-point font-typed pages. Within your response, please provide detailed information on the following:

  • Technical Capabilities: A description of your company’s methodology for providing qualified lifeguard and facility management services. This should include your plan for recruiting, certifying, and training personnel, your proposed staffing plan to meet the specified on-duty and break requirements, and how your operational procedures will address all duties outlined in this RFI (including opening/closing procedures and water quality testing).
  • Cost Estimates: An estimated pricing model for providing the required services. This could be presented as a blended hourly rate for lifeguard personnel, a cost per Full-Time Equivalent (FTE), or a fixed monthly price for the entire scope of work.
  • Roadmap Schedule: An estimated timeframe for the service.
  • Teaming Arrangements: A description of any teaming arrangements, partnerships, or subcontracting plans that would be utilized. This should include any proposed partnerships for Government Resources (e.g., personnel, hardware, facilities, or other capabilities).

4.2 Required Attachments & Appendices

  • Questionnaire: Respondents must complete and include the questionnaire attached to this RFI.
  • Risk Appendix (Optional): Contractors are encouraged to include an additional appendix of no more than three (3) single-spaced, 12-point font-typed pages. This appendix should identify what the contractor believes to be the highest risks associated with the service, along with proposed risk management approaches and actions.

4.3 Data Handling and Security

  • Proprietary Information: Information associated with this effort is unclassified. If respondents wish to restrict the distribution of their capability statements, they must be marked appropriately. Respondents are responsible for protecting and marking proprietary information at the appropriate level, and the Government shall not be liable for any improperly identified proprietary information. Proprietary information will be safeguarded in accordance with applicable Government regulations.
  • Classified Information: While the information in this RFI is unclassified, any potential resulting award agreement may contain classified portions. Please describe your company’s capabilities and procedures for accessing, handling, and storing classified information in accordance with applicable security regulations.

4.4 Submission of Documentation

Responses to the RFI shall be submitted to the points of contact below by 1500 30 April 2026. Ensure only .pdf, .doc, .docx, .xsls, or .xls documents are attached to your email. All other attachments may be deleted. Please submit all responses to the following POCs:

Ms. Monique Mclaughlin, monique.mclaughlin.2@us.af.mil

2d Lt Jinta Sasamori, jinta.sasamori.1@us.af.mil

Files

Files size/type shown when available.

BidPulsar Analysis

A practical, capture-style breakdown of fit, requirements, risks, and next steps.

Analysis is being generated for this notice. Check back shortly.

FAQ

How do I use the Market Snapshot?

It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.

Is the data live?

The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.

What do P10 and P90 mean?

P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.