Fuel Polishing Service
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 Navy / Norfolk Naval Shipyard (NNSY) is soliciting proposals for a one-time Fuel Polishing Service for seventeen (17) diesel generators located at Portsmouth, VA. This Total Small Business Set-Aside opportunity aims to ensure the operational readiness of emergency support generators by addressing stagnant fuel issues. Proposals are due April 15, 2026, 08:00 AM (local time).
Scope of Work
The contractor shall perform a one-time fuel polishing service for 17 diesel generators. Key deliverables include providing photographic evidence of the fuel before and after polishing for each generator. The contractor must comply with all Federal, State, and Local environmental regulations concerning hazardous materials and waste, maintain an on-site spill cleanup kit, and provide Safety Data Sheets (SDS) for any chemicals used. Contractor personnel are required to meet NNSY/NSN security and badging requirements, including obtaining a DBIDS card, and adhere to Portable Electronic Device (PED) restrictions in certain areas.
Contract & Timeline
- Type: Firm Fixed Price (FFP)
- Period of Performance: May 04, 2026, to May 03, 2027
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- Offer Due Date: April 15, 2026, 08:00 AM (local time)
- Published Date: April 08, 2026
Submission & Evaluation
Proposals must be submitted via email to Glenda Jordan (glenda.s.jordan3.civ@us.navy.mil). Submissions require a Technical Capability statement demonstrating understanding of the Statement of Work and compliance with certifications/qualifications (Factor 1), and a Price Submission (Factor 2). The price submission includes a completed SF 1449 with unit price and total for CLIN 0001, vendor information, signature, and a separate quote sheet with a price breakdown. Award will be made to the Lowest Price Offeror with an acceptable rating in Technical Capability.
Additional Notes
This solicitation incorporates FAR clauses by reference. Payment requests and receiving reports must be submitted electronically through Wide Area WorkFlow (WAWF). Government hours of operation are Monday-Friday, 07:30 to 16:00, excluding federal holidays. Primary contact is Glenda Jordan (glenda.s.jordan3.civ@us.navy.mil), with Jeremy Weible (jeremy.r.weible.civ@us.navy.mil, 7573962063) as secondary.