Beluga Explosive Ordinance Disposal Escort
ID: FA500024Q0050Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA5000 673 CONS LGCJBER, AK, 99506-2501, USA

NAICS

Remediation Services (562910)

PSC

ENVIRONMENTAL SYSTEMS PROTECTION- ENVIRONMENTAL REMEDIATION (F108)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, specifically the U.S. Air Force, is seeking qualified small businesses to provide Explosive Ordnance Disposal (EOD) escort services for the Cook Inlet Beluga Whale program at Joint Base Elmendorf-Richardson (JBER) in Alaska. The contractor will be responsible for escorting, surveying, and identifying munitions and explosives of concern (MEC) during operations, ensuring safety for personnel and endangered marine species, with a total of up to 720 hours of EOD escort services required from September 2024 to September 2025. This contract represents a new requirement due to changes in military manpower, emphasizing the government's commitment to environmental protection while fulfilling operational needs. Interested vendors must submit their proposals electronically by the specified deadline and can contact Stephan Weikert at stephan.weikert.2@us.af.mil or 907-552-4707 for further information.

    Files
    Title
    Posted
    The Performance Work Statement (PWS) outlines the requirements for providing Explosive Ordnance Disposal (EOD) escort services for the U.S. Air Force’s Cook Inlet Beluga Whale (CIBW) program at Joint Base Elmendorf-Richardson, Alaska, for fiscal years 2024 and 2025. This service is mandated due to the urgent need for escort during operations near unexploded ordnance (UXO) in the Eagle River Flats Impact area, where military training occurs with high explosive munitions. Key objectives include providing professional EOD escort for up to 720 hours, ensuring safety for those interacting with marine mammals in the area, and offering contingency boat support if government vessels become inoperable. The contractor must comply with Army regulations and the Endangered Species Act, safeguarding both personnel and endangered species such as the CIBW. Deliverables include field reports documenting the escort efforts, with schedules flexible to seasonal and environmental conditions. The contract mandates collaboration with JBER’s technical representatives and adherence to security protocols. The document illustrates the importance of balancing military training needs with environmental conservation and safety measures in sensitive marine habitats.
    The government document comprises a wage determination update, specifically Wage Determination 2015-5681, Rev 21, dated July 22, 2024. This determination outlines prevailing wage rates for federal contracts, providing guidelines for compliance with labor standards in contract situations involving various occupations in the construction sector. Significant emphasis is placed on ensuring adherence to federal regulations regarding employee compensation, detailing minimum rates for skill categories, including laborers, operators, and other tradesmen. The document contains a tabulated format of wage rates designated for different job classifications, reflecting adjustments in relation to area-specific market conditions. It also highlights the importance of accurate reports and records of employment and wage practices, establishing compliance measures for contractors engaged in federal projects. Given the context of government RFPs and grants, this determination serves as a vital reference, ensuring fair and equitable pay for labor across federal and state contracts, contributing to the overall objective of maintaining labor integrity and worker protection through established economic standards.
    The document outlines a price schedule for professional services related to the escort and survey of munitions and explosives of concern (MEC) at Joint Base Elmendorf-Richardson (JBER) in Alaska. The contractor is tasked with providing escort services and boat support in various terrains and depths as part of Environmental Services Administration (ESA) projects from September 2, 2024, to September 1, 2025. The pricing structure includes task descriptions and corresponding unit prices, with hours estimated for Escort and potential boat support. Specifically, Task 1 involves EOD Escort with a total of 560 hours planned, while Task 2 includes Boat Support covering an additional 160 hours during the option period extending to January 2, 2026. The document requires bidders to acknowledge amendments, set a proposal validity date, and provide signatures for confirmation. This price schedule is crucial for the federal RFP process, enabling potential contractors to submit competitive bids for government contracts concerning public safety and environmental protection. It illustrates standard practices in federal procurement, ensuring transparency and accountability in governmental spending on services that handle munitions and explosives.
    The document addresses inquiries regarding a new government contract for a service previously conducted by military personnel. Due to changes in manpower, the government has determined that this service must be outsourced, indicating that this contract represents a new requirement rather than a continuation of prior services. Consequently, there is no incumbent contractor; thus, requests for prior contract numbers or values are not applicable. The emphasis is on clarifying that the need for these services has arisen from evolving operational needs, which will now be fulfilled through external resources. Overall, the document underscores the shift in service provision within government operations and outlines the context for potential contractors seeking to understand the specifics of this RFP.
    The solicitation FA500024Q0050 seeks a commercial service for Management, Species, and Beluga EOD Escort at Joint Base Elmendorf-Richardson (JBER). This request for quotation (RFQ), set aside for small businesses, aims to establish a labor-hour contract for conducting escort, surface survey, and identification of munitions and explosives of concern (MEC) on JBER land. The first escort is scheduled for September 2024. Vendors must demonstrate relevant past performance in providing EOD services within the last three years, supplying detailed documentation to support their qualifications. Evaluation of quotes will consider past performance and pricing, with a preference for satisfactory records. Vendors must comply with Federal Acquisition Regulations and ensure registration in the System for Award Management (SAM). The Government retains the right to cancel the solicitation without reimbursement for costs incurred by vendors. All proposals must be submitted electronically to designated contracting officials by the specified deadline. Clauses and provisions related to telecommunications equipment and employment restrictions are included to ensure compliance with federal requirements. This solicitation reflects the government's commitment to partnering with small businesses for vital safety and environmental services.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    FY26 Integrated solid waste management (Refuse) JBER AK
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for Integrated Solid Waste Management services at Joint Base Elmendorf-Richardson (JBER) in Alaska. The contractor will be responsible for managing the collection, processing, and disposal of municipal solid waste across approximately 461 locations on the base, adhering to all relevant federal, state, and local regulations. This procurement is particularly significant as it emphasizes environmental stewardship and compliance with waste management standards, with a total evaluated contract value of $1,440,270 over a base year and four option years. Interested small business firms under the 8(a) program must submit proposals by September 23, 2024, and can direct inquiries to primary contact Clifford Dockter at clifford.dockter@us.af.mil or secondary contact Zachary Braum at zachary.braum@us.af.mil.
    JBER Grounds Maintenance
    Active
    Dept Of Defense
    The Department of Defense, through the 673rd Contracting Squadron, is seeking small business sources for grounds maintenance services at Joint Base Elmendorf-Richardson (JBER) in Anchorage, Alaska. The contractor will be responsible for a range of non-personal services, including landscaping, snow removal, and maintaining various types of grounds to ensure a clean and professional appearance while promoting plant health. This opportunity is crucial for maintaining the operational readiness and aesthetic standards of the base. Interested parties must submit their Statements of Capabilities by September 16, 2024, to both Shelby Langston at shelby.langston.1@us.af.mil and Edith Smith at edith.smith.2@us.af.mil, with the response due date extended to September 30, 2024, at 1600 AKST.
    Inspect and Certify Indoor Fall Protection Equipment
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking contractors to inspect and certify indoor fall protection equipment at Joint Base Elmendorf-Richardson (JBER) in Alaska. The contractor will be responsible for providing management, tools, supplies, equipment, and labor necessary for the inspection, testing, repair, and certification of hangar fall protection systems, ensuring compliance with ANSI Z359 standards and OSHA regulations. This procurement is critical for maintaining safety and operational integrity within the hangar environment, emphasizing the importance of regulatory adherence and effective communication throughout the contract's lifecycle. Proposals are due by 12:00 p.m. Alaska Time on September 19, 2024, and interested parties should contact Martin Khan at Martin.khan@us.af.mil or 907-551-0247 for further details.
    Eielson Grounds Maintenance Service
    Active
    Dept Of Defense
    The US Air Force seeks a reliable partner for grounds maintenance and related services at Eielson Air Force Base in Alaska. The primary goal is to maintain a well-manicured, functional, and visually appealing environment across the base's diverse grounds, including improved, semi-improved, and unimproved areas. Contractors must supply comprehensive services, equipment, and supervision for tasks like mowing, edging, fertilizing, and debris removal, adhering to precise standards. With a focus on technical capability and past performance, the contract aims to award a small business for a one-year term, extendable by three years, offering a substantial opportunity in the millions. Key deadlines include a preproposal visit in late August 2024 and a response deadline in late September 2024. This opportunity covers a wide range of maintenance and mapping requirements, reflecting the Air Force's dedication to a well-managed base environment and infrastructure.
    3MUNS ISU Workshop
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified vendors to provide customized expandable ISU style workshops, with delivery to Joint Base Elmendorf-Richardson (JBER), Alaska. The procurement involves two units designed for use in austere environments, featuring specifications such as a single 463L pallet footprint, a weight capacity of 10,000 lbs, expandable side walls, and integrated systems for electrical connections and air conditioning. This initiative is crucial for ensuring the operational readiness and maintenance of sensitive military equipment under various weather conditions. Interested vendors must submit their quotes by 18 September 2024, and inquiries can be directed to Joseph Ford at joseph.ford.21@us.af.mil or Mr. Daniel Swoyer at daniel.swoyer.1@us.af.mil.
    212 RQS - Advanced Rescue Crafts (ARCs)
    Active
    Dept Of Defense
    The Department of Defense, specifically the Army National Guard, is seeking proposals from small businesses for the procurement of Advanced Rescue Crafts (ARCs), including Yamaha Waverunner FX Cruiser SVHO and a Triton Elite Series trailer, to support pararescue operations in Alaska. The solicitation emphasizes the need for watercraft with advanced stability features, adequate seating capacity, and enhanced visibility colors, which are critical for effective operations in harsh environments. This procurement is part of a sole-source acquisition strategy due to the unique characteristics of the Yamaha products currently in use, ensuring interoperability and operational efficiency. Proposals must be submitted by 10:00 a.m. Alaska Time on September 19, 2024, and interested parties can direct inquiries to Zach Gowin at zachary.gowin.2@us.af.mil or call 907-551-0246.
    JBER Kodiak Child Development Center Intercom Replacement and Installation
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for the replacement and installation of a new intercom system at the Kodiak Child Development Center located on Joint Base Elmendorf-Richardson (JBER) in Alaska. The project requires contractors to provide all necessary materials, labor, and equipment to ensure compliance with the Statement of Work (SOW) and price schedule, with a focus on enhancing communication capabilities within the facility. This procurement is critical for maintaining safety protocols and operational efficiency, as the existing system is inoperable and affects daily operations and emergency procedures. Interested contractors must submit their proposals by 2:00 PM Alaska Standard Time on September 23, 2024, and are encouraged to attend a pre-proposal site visit on September 17, 2024, with prior clearance required for base access. For inquiries, contact John F. Gosh at john.gosh@us.af.mil or Beau Burton at beau.burton@us.af.mil.
    USCG Base Kodiak Hazardous Waste Sampling Services
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, intends to award a sole source contract for Hazardous Waste Sampling Services at Base Kodiak in Alaska. The selected vendor, NWFF, Inc., will provide essential environmental consulting services, ensuring continuity of operations without service gaps while a long-term contract is established. This procurement is critical for maintaining compliance with environmental regulations and safeguarding public health. Interested organizations may submit their qualifications to Robbin Kessler at robbin.m.kessler@uscg.mil by September 3, 2024, at 1:00 p.m. Alaska time, although this notice is not a request for competitive quotes.
    MK-18 COMMAND & CONTROL (C2) COURSE OF INSTRUCTION
    Active
    Dept Of Defense
    The Department of Defense, through NAVSUP Fleet Logistics Center San Diego, is soliciting proposals for the MK-18 Command & Control (C2) Course of Instruction, aimed at enhancing the operational capabilities of U.S. Navy Explosive Ordnance Disposal (EOD) forces. The contract, set aside for small businesses, requires the contractor to deliver a comprehensive five-day training program for EOD leadership on the effective use of the MK-18 Unmanned Underwater Vehicle (UUV) system, with courses scheduled for EODGRU ONE and EODGRU TWO. This training is critical for ensuring that EOD personnel can meet current operational requirements and effectively employ advanced underwater technologies. Interested contractors must submit their proposals by September 20, 2024, and are encouraged to register in the System for Award Management (SAM) prior to submission. For further inquiries, potential bidders can contact Patricia Castillo at patricia.castillo26.civ@us.navy.mil or Christine Jordan at christine.jordan@navy.mil.
    Bead Breaker
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking quotes for the procurement of a 3MXS Bead Breaker, essential for the maintenance of aircraft wheel assemblies at Joint Base Elmendorf-Richardson (JBER) in Alaska. This equipment is critical for rapidly disassembling aircraft wheels and tire assemblies, specifically for C-17, E-3, and F-22 aircraft, and must meet specific technical requirements including a 60,000 lb capacity and compatibility with wheels up to 22 inches in size. Interested vendors are required to submit their quotes by September 20, 2024, and must ensure compliance with federal procurement guidelines, including maintaining current registrations in the System for Award Management (SAM). For further inquiries, vendors can contact William Gentry at william.gentry.8@us.af.mil or SSgt Jake P Montalbano at jake.montalbano@us.af.mil.