**Amendment 4** Beluga Whale Explosive Ordnance Demo (EOD) Services
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 Air Force 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 services for Endangered Species Act (ESA) projects. Quotes are due by 12:00 PM AKDT on March 13, 2026.
Scope of Work
This requirement involves providing qualified personnel, materials, and labor for EOD escort and boat support services for the Cook Inlet beluga whale (CIBW) program within the Eagle River Flats (ERF) impact area on JBER.
- Task 1: EOD Escort includes surface surveys and identification of munitions and explosives of concern (MEC) for ESA projects. Work may occur in dense vegetation or shallow water (up to 18 inches), via both boat and land. This is a firm-fixed-price service, estimated at 90 missions and 10 cancellations annually, with distinct "active" (June-November) and "standby" (December-May) seasons.
- Task 2: Boat Support requires providing a suitable vessel and trailer for CIBW work for up to five days when Government-furnished vessels are inoperable. This is an on-call, daily priced service, with the contractor providing the vessel and fuel, while the Government supplies a tow vehicle and captain.
- Deliverables include Draft and Final Work Plans, and Draft and Final Field Reports. The contractor is also responsible for preparing an Explosive Safety Submission (ESS).
Contract Details
This is a Combined Synopsis/Solicitation (RFQ), with the intent to award a single firm-fixed-price contract. The period of performance includes a 12-month base period and up to four additional 12-month option years, for a potential total of 60 months.
- Set-Aside: 100% Small Business Set-Aside.
- NAICS Code: 562910, with a $25M small business size standard.
- Amendments:
- Amendment 4 incorporated a revised FAR clause 52.219-14 Limitations on Subcontracting (FEB2023) (DEVIATION 2021-O0008), clarifying that quoters must demonstrate meeting subcontracting limitations by the end of the base period and each subsequent option period.
- Amendment 3 incorporated a revised Performance Work Statement (PWS Rev 2).
- Amendment 2 added the DAFFARS 5352.201-9101 Ombudsman clause.
Submission & Evaluation
Quotes must be submitted electronically to the Contracting Officer and Contract Specialist by 12:00 PM AKDT on March 13, 2026. 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 risk and consistency with historical prices will also be considered. Offerors must have current SAM registration at the time of quote submission and through award.
Special Requirements & Notes
The Government will provide a minimum of two weeks' advance notice for field work mobilization. Contractors must comply with installation access and security policies, including background checks and obtaining badges. Vessel requirements for Task 2 specify capabilities for safe operation in Upper Cook Inlet, stranding, and maneuvering in narrow channels and heavy currents. A 'No-Notice Cancellation' policy applies, incurring fees for cancellations less than 24 hours prior to scheduled start. This is a recompete of previous contract FA500024P0139.