DoD's $2M CBRNE Support Contract Awarded to Bering Straits Professional Services in Kentucky

Contract Overview

Contract Amount: $2,000,000 ($2.0M)

Contractor: Bering Straits Professional Services, LLC

Awarding Agency: Department of Defense

Start Date: 2026-01-08

End Date: 2026-12-19

Contract Duration: 345 days

Daily Burn Rate: $5.8K/day

Competition Type: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES

Pricing Type: FIRM FIXED PRICE

Sector: Defense

Official Description: CONSEQUENCE MANAGEMENT SUPPORT CENTER (COMSUPCEN) OMNIBUS SERVICES IN LEXINGTON, KY, THE HUB LOCATION OF CONTRACTED SERVICES, IN SUPPORT OF THE NGB CHEMICAL, BIOLOGICAL, RADIOLOGICAL, NUCLEAR, HIGH-YIELD EXPLOSIVES (CBRNE) MISSION.

Place of Performance

Location: LEXINGTON, FAYETTE County, KENTUCKY, 40516

State: Kentucky Government Spending

Plain-Language Summary

Department of Defense obligated $2.0 million to BERING STRAITS PROFESSIONAL SERVICES, LLC for work described as: CONSEQUENCE MANAGEMENT SUPPORT CENTER (COMSUPCEN) OMNIBUS SERVICES IN LEXINGTON, KY, THE HUB LOCATION OF CONTRACTED SERVICES, IN SUPPORT OF THE NGB CHEMICAL, BIOLOGICAL, RADIOLOGICAL, NUCLEAR, HIGH-YIELD EXPLOSIVES (CBRNE) MISSION. Key points: 1. Contract focuses on critical CBRNE mission support, highlighting the importance of specialized logistics and consulting services. 2. The award was made under full and open competition, suggesting a robust market for these services. 3. Fixed-price contract type aims to control costs and provide predictable spending for the government. 4. The duration of the contract is approximately one year, indicating a need for ongoing, but not long-term, support. 5. Geographic concentration of services in Kentucky may offer local economic benefits and streamline operations. 6. The specific NAICS code (541614) points to a niche market for process, physical distribution, and logistics consulting.

Value Assessment

Rating: good

The contract value of $2 million for approximately one year of specialized CBRNE support appears reasonable given the critical nature of the services. Benchmarking against similar logistics and consulting contracts for defense agencies is necessary for a definitive value assessment. However, the firm fixed-price structure suggests an effort to ensure cost predictability. The absence of extensive contract history for this specific tasking makes direct comparison challenging, but the overall value seems aligned with specialized federal support requirements.

Cost Per Unit: N/A

Competition Analysis

Competition Level: limited

This contract was awarded under 'Full and Open Competition After Exclusion of Sources.' This specific procurement method indicates that while the competition was intended to be broad, certain sources were excluded, potentially due to specific qualifications or prior relationships. The number of bidders is not specified, but the exclusion of sources suggests a more targeted competition than a purely open solicitation. This approach can sometimes lead to more specialized expertise but may limit the breadth of price discovery compared to a completely open process.

Taxpayer Impact: While the competition was not fully open, the exclusion of sources was likely based on specific technical requirements for CBRNE support. Taxpayers benefit from ensuring that the contractor possesses the necessary specialized skills for this critical mission, even if it narrows the competitive pool.

Public Impact

The primary beneficiaries are the Department of the Army and the National Guard Bureau (NGB) Chemical, Biological, Radiological, Nuclear, High-Yield Explosives (CBRNE) mission. Services delivered include crucial consequence management support, ensuring readiness and effective response to hazardous material incidents. The geographic impact is centered in Lexington, Kentucky, where the hub of contracted services is located, potentially creating local employment and business opportunities. Workforce implications may include the need for specialized personnel with expertise in logistics, emergency response, and CBRNE protocols.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

Positive Signals

Sector Analysis

The defense consulting and logistics sector is a significant market within the broader federal contracting landscape. This contract falls under process, physical distribution, and logistics consulting services, a niche that supports complex government operations, particularly in areas like defense and emergency preparedness. The market for CBRNE support is specialized, requiring contractors with specific expertise and security clearances. Spending in this area is driven by national security priorities and the need for robust preparedness against a range of threats. Comparable spending benchmarks would typically involve other contracts providing similar specialized support to defense agencies or emergency response organizations.

Small Business Impact

The data indicates that this contract was not set aside for small businesses (ss: false, sb: false). Therefore, there are no direct subcontracting implications or specific benefits for small businesses stemming from a set-aside provision. The prime contractor, Bering Straits Professional Services, LLC, will be responsible for managing all aspects of the contract. Any subcontracting would be at their discretion and not mandated by a small business set-aside.

Oversight & Accountability

Oversight for this contract would primarily fall under the Department of the Army's contracting and program management offices. Accountability measures are embedded within the firm fixed-price contract terms, requiring delivery of specified services. Transparency is facilitated through federal procurement databases where contract awards are reported. Inspector General jurisdiction may apply if issues of fraud, waste, or abuse arise during contract performance.

Related Government Programs

Risk Flags

Tags

defense, department-of-defense, department-of-the-army, national-guard-bureau, cbrne, logistics-consulting, firm-fixed-price, delivery-order, limited-competition, lexington-ky, process-physical-distribution-logistics-consulting-services

Frequently Asked Questions

What is this federal contract paying for?

Department of Defense awarded $2.0 million to BERING STRAITS PROFESSIONAL SERVICES, LLC. CONSEQUENCE MANAGEMENT SUPPORT CENTER (COMSUPCEN) OMNIBUS SERVICES IN LEXINGTON, KY, THE HUB LOCATION OF CONTRACTED SERVICES, IN SUPPORT OF THE NGB CHEMICAL, BIOLOGICAL, RADIOLOGICAL, NUCLEAR, HIGH-YIELD EXPLOSIVES (CBRNE) MISSION.

Who is the contractor on this award?

The obligated recipient is BERING STRAITS PROFESSIONAL SERVICES, LLC.

Which agency awarded this contract?

Awarding agency: Department of Defense (Department of the Army).

What is the total obligated amount?

The obligated amount is $2.0 million.

What is the period of performance?

Start: 2026-01-08. End: 2026-12-19.

What is Bering Straits Professional Services, LLC's specific track record in providing CBRNE consequence management support?

Information regarding Bering Straits Professional Services, LLC's specific track record in providing CBRNE consequence management support is limited in publicly available data. While the company is awarded this contract, detailed performance metrics or past project descriptions related to this specialized area are not readily accessible. Further investigation into their corporate capabilities statements, past performance questionnaires from previous contracts (if applicable), or direct inquiries to the contracting agency might yield more specific details. The award itself suggests they possess the requisite qualifications, but the depth and breadth of their experience in this niche require more granular data for a comprehensive assessment.

How does the $2 million contract value compare to similar CBRNE support contracts?

Directly comparing the $2 million contract value for this specific CBRNE consequence management support to similar contracts is challenging without access to a broader dataset of comparable procurements. Contracts for specialized defense support can vary significantly based on scope, duration, and specific requirements. However, for a one-year duration focused on logistics and consulting for a critical mission area, $2 million appears to be within a reasonable range for specialized federal services. Benchmarking against contracts for similar support functions within the Department of Defense or other agencies involved in hazardous material response would provide a more precise comparison. The firm fixed-price nature also suggests an effort to contain costs within this allocated amount.

What are the primary risks associated with this contract, and how are they being mitigated?

Primary risks associated with this contract include potential performance issues due to the specialized nature of CBRNE support, contractor personnel turnover, and the possibility of unforeseen scope changes. Mitigation strategies are likely embedded within the contract's firm fixed-price structure, which incentivizes the contractor to manage costs and performance effectively. The 'Full and Open Competition After Exclusion of Sources' method suggests an attempt to select a highly qualified vendor, reducing performance risk. However, the approximately one-year duration could pose a risk of service discontinuity if not managed proactively with potential follow-on planning. The government's oversight mechanisms and the contractor's own quality assurance processes are crucial for mitigating these risks.

How effective is the 'Full and Open Competition After Exclusion of Sources' method in ensuring value for taxpayers in this context?

The 'Full and Open Competition After Exclusion of Sources' method aims to balance broad competition with the need for specialized capabilities. In the context of CBRNE support, where specific expertise is paramount, excluding sources may be justified if only a limited number of firms possess the required technical qualifications or security clearances. This can lead to a more targeted competition among highly capable vendors, potentially resulting in better technical solutions. However, it inherently limits the number of potential bidders compared to a truly open competition, which could theoretically reduce price pressure. For taxpayers, the effectiveness hinges on whether the exclusion criteria were genuinely necessary for mission success and if the resulting competition still yielded a fair and reasonable price for the specialized services required.

What are the historical spending patterns for CBRNE consequence management support by the Department of the Army?

Historical spending patterns for CBRNE consequence management support by the Department of the Army are not detailed in the provided data. This specific contract award of $2 million represents a single data point for a one-year period. To understand broader historical trends, one would need to analyze aggregated spending data over multiple fiscal years for similar contract vehicles, task orders, and programs related to CBRNE preparedness, response, and consequence management across the Army. This would involve examining data from sources like the Federal Procurement Data System (FPDS) or agency budget reports to identify fluctuations in investment, key contractors, and the evolution of support requirements over time.

Industry Classification

NAICS: Professional, Scientific, and Technical ServicesManagement, Scientific, and Technical Consulting ServicesProcess, Physical Distribution, and Logistics Consulting Services

Product/Service Code: OPERATION OF GOVT OWNED FACILITYOPERATE GOVT OWNED BUILDINGS

Competition & Pricing

Extent Competed: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES

Solicitation Procedures: TWO STEP

Pricing Type: FIRM FIXED PRICE (J)

Evaluated Preference: NONE

Contractor Details

Address: 3301 C ST STE 400, ANCHORAGE, AK, 99503

Business Categories: 8(a) Program Participant, Alaskan Native Corporation Owned Firm, Category Business, Corporate Entity Not Tax Exempt, Limited Liability Corporation, Minority Owned Business, Native American Owned Business, Self-Certified Small Disadvantaged Business, Small Business, Special Designations, U.S.-Owned Business

Financial Breakdown

Contract Ceiling: $2,000,000

Exercised Options: $2,000,000

Current Obligation: $2,000,000

Contract Characteristics

Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED

Cost or Pricing Data: NO

Parent Contract

Parent Award PIID: W9133L25DA023

IDV Type: IDC

Timeline

Start Date: 2026-01-08

Current End Date: 2026-12-19

Potential End Date: 2026-12-19 00:00:00

Last Modified: 2026-01-12

More Contracts from Bering Straits Professional Services, LLC

View all Bering Straits Professional Services, LLC federal contracts →

Other Department of Defense Contracts

View all Department of Defense contracts →

Explore Related Government Spending