**Amendment 6** Beluga Whale Explosive Ordnance Demo (EOD) Services
SOL #: FA500026Q0005Combined Synopsis/Solicitation
Overview
Buyer
DEPT OF DEFENSE
Dept Of The Air Force
FA5000 673 CONS LGC
JBER, AK, 99506-2501, United States
Place of Performance
EARECKSON AS, AK
NAICS
Remediation Services (562910)
PSC
Hazardous Substance Removal, Cleanup, And Disposal Services And Operational Support (F108)
Set Aside
Total Small Business Set-Aside (FAR 19.5) (SBA)
Original Source
Timeline
1
Posted
Feb 12, 2026
2
Last Updated
Mar 30, 2026
3
Submission Deadline
Mar 31, 2026, 8:00 PM
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 Air Force (673 CONS LGC) is soliciting proposals for Beluga Whale Explosive Ordnance Demolition (EOD) Services at Joint Base Elmendorf-Richardson (JBER), Anchorage, Alaska. This 100% Small Business Set-Aside opportunity requires EOD escort and boat support for Endangered Species Act (ESA) projects involving the Cook Inlet beluga whale. The latest Amendment 6 published revised Questions and Answers. Quotes are due by 12:00 p.m. AKDT on March 31, 2026.
Scope of Work
This requirement involves two primary tasks:
- Task 1: EOD Escort: Provide qualified EOD escort, surface survey, and identification of munitions and explosives of concern (MEC) for ESA projects on JBER land and within Eagle River Flats (ERF). This includes work in dense vegetation or shallow water (up to 18 inches), performed via boat and land. The service is firm-fixed-price, billed monthly, based on an estimated 90 missions annually.
- Task 2: Boat Support: Provide a suitable vessel and trailer for CIBW work for up to five days if Government-furnished vessels are inoperable. This is an on-call, daily-priced service, with the contractor providing fuel and the vessel. The contractor will also be responsible for preparing the Explosive Safety Submission (ESS). Performance standards require 100% scheduled field day coverage and timely submission of Work Plans and Field Reports.
Contract Details
- Type: Firm-Fixed-Price, single award Combined Synopsis/Solicitation (RFQ). This is a recompete (previous contract FA500024P0139).
- Set-Aside: 100% Small Business Set-Aside.
- NAICS: 562910 (Hazardous Substance Removal, Cleanup, And Disposal Services And Operational Support) with a $25M size standard.
- Period of Performance: A 12-month base period with up to four additional 12-month option years, for a potential total of 60 months.
- Place of Performance: Eagle River Flats (ERF) on Joint Base Elmendorf-Richardson (JBER), Anchorage, Alaska.
Key Amendments & Updates
- Amendment 6 (March 30, 2026): Published the official Questions and Answers (Q&A) Revision 1, which includes an additional question and supersedes previous Q&A versions.
- Amendment 5: Extended the quotation due date to March 31, 2026, and required all quoters to resubmit proposals. It also incorporated a revised price schedule (Attachment 3), changing the unit of issue for several CLINs from "12 months" to "90 each" to facilitate small business payment upon performance.
- Amendment 4: Incorporated a revised FAR clause 52.219-14 (Limitations on Subcontracting) to clarify requirements for meeting subcontracting limitations by the end of each period.
- Amendment 3: Incorporated a revised Performance Work Statement (PWS), Attachment 1 (EOD PWS REV 2 20260302).
Submission & Evaluation
- Submission: Quotes must be emailed to the Contracting Officer, Maureen Badey (maureen.badey.1@us.af.mil), and Contract Specialist, Hannah Tolbert (hannah.tolbert.1@us.af.mil).
- Evaluation: Award will be made on a Best Value basis, considering Past Performance and Price. Past performance will be evaluated using references, supplier risk, and CPARS/SPRS data. Price will be evaluated for risk and consistency with historical prices.
- SAM Registration: Must be current at the time of quote submission and remain valid through award.
Important Dates & Contacts
- Quotes Due: 12:00 p.m. AKDT on March 31, 2026.
- Published Date: March 30, 2026.
- Primary Contact: Maureen Badey, maureen.badey.1@us.af.mil, 907-552-2469.
- Secondary Contact: Hannah Tolbert, hannah.tolbert.1@us.af.mil, 907-552-4704.
People
Points of Contact
Maureen BadeyPRIMARY
Hannah TolbertSECONDARY
Files
Versions
Version 8Viewing
Combined Synopsis/Solicitation
Posted: Mar 30, 2026
Version 7
Combined Synopsis/Solicitation
Posted: Mar 25, 2026
Version 6
Combined Synopsis/Solicitation
Posted: Mar 25, 2026
Version 5
Combined Synopsis/Solicitation
Posted: Mar 6, 2026
Version 4
Combined Synopsis/Solicitation
Posted: Mar 2, 2026
Version 3
Combined Synopsis/Solicitation
Posted: Feb 27, 2026
Version 2
Combined Synopsis/Solicitation
Posted: Feb 26, 2026
Version 1
Combined Synopsis/Solicitation
Posted: Feb 12, 2026