**Amendment 1** 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 6, 2026
3
Submission Deadline
Mar 13, 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

Amendment 1 to the Beluga Whale Explosive Ordnance Demolition (EOD) Services solicitation has been issued by the Department of the Air Force (673 CONS LGC). This amendment publishes official Questions and Answers (Q&A) and incorporates a revised Performance Work Statement (PWS). The opportunity is for EOD escort and boat support services for the Cook Inlet beluga whale (CIBW) program at Joint Base Elmendorf-Richardson (JBER), Alaska. This is a Total Small Business Set-Aside. Quotes are due by 12:00 PM AKDT on March 13, 2026.

Purpose & Scope of Work

The requirement is for professional services, material, and labor to provide EOD escort, surface survey, and identification of munitions and explosives of concern (MEC) for Endangered Species Act (ESA) projects.

  • Task 1 (EOD Escort): Provide qualified EOD escort, surface survey, and MEC identification on JBER land and within Eagle River Flats (ERF). This includes work in areas with dense vegetation or shallow water (up to 18 inches), performed via both boat and land. This is a firm-fixed-price service, billed monthly, based on an estimated annual workload of 90 missions and 10 cancellations. The workload varies by season (Active Season: June-November; Standby Season: December-May).
  • 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 service, priced daily. The contractor provides fuel and the vessel, while the Government furnishes a tow vehicle and boat captain.

Contract Details & Key Updates

  • Contract Type: Combined Synopsis/Solicitation (RFQ) for a single firm-fixed-price contract. This is a recompete (previous contract FA500024P0139).
  • Set-Aside: 100% Total Small Business Set-Aside (FAR 19.5). The NAICS code is 562910 with a small business size standard of $25M.
  • Period of Performance: A 12-month base period with up to four additional 12-month option periods, for a total potential performance of 60 months.
  • Place of Performance: Eagle River Flats (ERF) on Joint Base Elmendorf-Richardson (JBER), Anchorage, Alaska.
  • Key Updates from Amendment 1 & Q&A:
    • Official Questions and Answers have been published.
    • A revised Performance Work Statement (PWS) (Attachment 1) has been incorporated.
    • The Government will provide a minimum of two weeks' advance notice for field work mobilization during both active and standby seasons.
    • The contractor will be responsible for preparing the Explosive Safety Submission (ESS) as a deliverable.
    • Maximum crew sizes are clarified: 2-6 people (average) for land operations (max 15), and 3-4 people (average, excluding EOD) for water operations (max 5).

Submission & Evaluation

  • Quotes Due: 12:00 PM AKDT on March 13, 2026. Quotes must be emailed to the Contracting Officer (maureen.badey.1@us.af.mil) and Contract Specialist (hannah.tolbert.1@us.af.mil).
  • Evaluation: Award will be based on a best value determination, considering Past Performance and Price. A satisfactory rating for past performance is required.
  • Required Attachments: Bidders must complete and submit the Pricing Schedule (Attachment 3), and acknowledge the Revised PWS (Attachment 1) and Wage Determination (Attachment 2).
  • SAM Registration: Offerors must have an active SAM registration at the time of quote submission and maintain it through award.

Points of Contact

People

Points of Contact

Files

Files

Download
Download
Download
Download

Versions

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 2Viewing
Combined Synopsis/Solicitation
Posted: Feb 26, 2026
Version 1
Combined Synopsis/Solicitation
Posted: Feb 12, 2026
View
**Amendment 4** Beluga Whale Explosive Ordnance Demo (EOD) Services | GovScope