USS KANSAS CITY (LCS-22) DEFUELING 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 Navy / NAVSUP FLT LOG CTR SAN DIEGO has issued a Total Small Business Set-Aside combined synopsis/solicitation (RFQ N00244-26-Q-X001) for defueling services for the USS KANSAS CITY (LCS-22). This opportunity requires the removal and disposal of approximately 26,000 gallons of JP5 aviation turbine fuel at Naval Base San Diego, CA. Quotes are due by May 11, 2026, at 2:00 PM PDT.
Scope of Work
The contractor will provide all personnel, equipment, and materials to safely pump 26,000 gallons of JP5 fuel from the USS KANSAS CITY (LCS-22) storage tanks into contractor-provided containers. Services include transportation of the removed fuel to the Nearest Naval Fuel Depot (NFD) for credit to the ship, or to a permitted disposal facility, in compliance with Department of Transportation (DOT) hazardous materials regulations and Resource Conservation and Recovery Act (RCRA) manifest requirements. All operations must be safe, efficient, and environmentally compliant, with procedures for spill prevention and response. Defueling is restricted to May 14-15, 2026, at Pier 5 Berth 1, Naval Base San Diego, and is not authorized after sunset.
Contract & Timeline
- Opportunity Type: Combined Synopsis/Solicitation (RFQ N00244-26-Q-X001)
- Contract Type: Single Firm Fixed Price (FFP) contract
- Set-Aside: Total Small Business Set-Aside
- NAICS Code: 562211 (Size Standard: $47 million)
- Place of Performance: 32ND STREET PIER 5 BERTH 1, San Diego, CA 92136
- Required Service Dates: May 14-15, 2026
- Quote Due Date: May 11, 2026, 2:00 PM (PDT)
- Questions Due Date: May 8, 2026, 2:00 PM (PDT)
- Published Date: May 8, 2026
Evaluation & Submission
Award will be made to the responsible quoter using a Lowest Price Technically Acceptable (LPTA) source selection approach. The evaluation will consider two factors: Technical Approach and Price.
- Technical Approach: Must address ALL elements of the Statement of Work (SOW) and meet EXACT specifications, which must be explicitly listed in the technical submission. Failure to address these will result in an unacceptable rating.
- Price: Quoters must provide a single summary quote with firm-fixed pricing, detailed enough for a fair and reasonable determination. Quotes must be submitted via email to Dionte Grays at dionte.l.grays.civ@us.navy.mil. Required quote content includes: Title, RFQ Number, Quoter's Name/Address, CAGE Code, UEI, and a 30-day quote validity period. Small business joint ventures must submit specific representations.
Special Requirements
Contractor qualifications include demonstrated experience in defueling, removal, and disposal of large quantities of petroleum products and hazardous materials, with a thorough understanding of safety and environmental regulations (RCRA, OSHA, DOT). Deliverables include a final report with certificates of disposal and all required manifests. Numerous FAR and DFARS clauses are incorporated by reference, including those related to telecommunications equipment and supply chain security.