**Amendment 4** 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)

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 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.

People

Points of Contact

Files

Files

Download
Download
Download
Download
Download
Download
Download
Download
Download

Versions

Version 8
Combined Synopsis/Solicitation
Posted: Mar 30, 2026
View
Version 7
Combined Synopsis/Solicitation
Posted: Mar 25, 2026
View
Version 6Viewing
Combined Synopsis/Solicitation
Posted: Mar 25, 2026
Version 5
Combined Synopsis/Solicitation
Posted: Mar 6, 2026
View
Version 4
Combined Synopsis/Solicitation
Posted: Mar 2, 2026
View
Version 3
Combined Synopsis/Solicitation
Posted: Feb 27, 2026
View
Version 2
Combined Synopsis/Solicitation
Posted: Feb 26, 2026
View
Version 1
Combined Synopsis/Solicitation
Posted: Feb 12, 2026
View