**Amendment 2** 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 quotes for Beluga Whale Explosive Ordnance Demolition (EOD) Escort Services at Joint Base Elmendorf-Richardson (JBER), Alaska. This Total Small Business Set-Aside opportunity requires professional services for EOD escort, surface survey, and identification of munitions and explosives of concern (MEC) for Endangered Species Act (ESA) projects. Quotes are due by March 13, 2026, 12PM AKDT.
Scope of Work
The services include providing EOD escort, surface survey, and MEC identification for ESA projects on JBER land and within Eagle River Flats (ERF). Work may involve dense vegetation or shallow water (up to 18 inches), performed via boat and land. The requirement also includes providing boat support if Government-furnished vessels are inoperable. A significant update from the Questions and Answers (Q&A) clarifies that the contractor will be responsible for preparing the Explosive Safety Submission (ESS) as a deliverable, as detailed in the revised Performance Work Statement (PWS).
Contract Details
This is a combined synopsis/solicitation issued as a Request for Quotation (RFQ) under FAR Part 12. The government intends to award a single firm-fixed price contract with a base performance period of 12 months and up to four additional 12-month option periods, totaling a potential 60 months. The North American Industry Classification System (NAICS) code is 562910 with a $25M small business size standard. This is a recompete, with the previous contract number FA500024P0139.
Submission & Evaluation
Quotes must be submitted electronically to maureen.badey.1@us.af.mil and hannah.tolbert.1@us.af.mil by March 13, 2026, 12PM AKDT. Award will be made on a best value basis, considering Past Performance and Price. Past Performance will be evaluated based on references, supplier risk, and CPARS information. Price will be evaluated considering risk and consistency with historical prices. Vendors must be registered in the System for Award Management (SAM) and remain valid through award.
Amendments & Clarifications
Amendment 2 added the DAFFARS 5352.201-9101 Ombudsman clause. Amendment 1 published official Questions and Answers (Q&A) and incorporated the revised Performance Work Statement (PWS). The Q&A clarified that the Government will provide a minimum of two weeks' advance notice for field work mobilization and confirmed the contractor's responsibility for the ESS.
Key Attachments
Key documents include the revised Performance Work Statement (PWS), Wage Determination (SCA WD 2015-5681), and the Pricing Schedule.