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 Request for Quote (RFQ) N00244-26-Q-X001 for defueling services for the USS Kansas City (LCS-22). This Total Small Business Set-Aside requires the removal of 26,000 gallons of JP5 fuel over two days in May 2026. Quotes are due May 11, 2026.
Scope of Work
The contractor shall provide truck services for defueling operations, specifically to remove approximately 26,000 gallons of JP5 fuel from the USS Kansas City (LCS-22). These services are required for two days, from May 14 to May 15, 2026, while the vessel is at 32ND STREET PIER 5 BERTH 1, San Diego, CA 92136. The Statement of Work (SOW) details all requirements, and the contractor must address all SOW elements and meet exact specifications in their technical submission.
Contract Details
- Type: Combined Synopsis/Solicitation (RFQ) leading to a single Firm Fixed Price (FFP) contract.
- Solicitation Number: N00244-26-Q-X001.
- Set-Aside: Total Small Business Set-Aside.
- NAICS Code: 562211, with a size standard of $47 million.
- Place of Performance: 32ND STREET PIER 5 BERTH 1, San Diego, CA 92136.
Submission & Evaluation
- Quotes Due: May 11, 2026, by 2:00 PM (PDT) San Diego, California Time.
- Submission Method: Via email only to Contract Specialist Dionte Grays at dionte.l.grays.civ@us.navy.mil.
- Quote Requirements: Must include title, RFQ number, Quoter name/address, CAGE Code, UEI, and state 30-day validity.
- Evaluation: Award will be made using a Lowest Price Technically Acceptable (LPTA) source selection process, considering two factors:
- Factor I - Technical Approach: Must clearly meet all minimum requirements of the SOW and list exact specifications. Submissions failing to address all SOW elements will be deemed unacceptable.
- Factor II - Price: Quoters must provide a single summary quote with firm-fixed pricing, which will be evaluated for fairness and reasonableness.
- Questions Due: May 8, 2026, by 2:00 PM (PDT) San Diego, California Time, via email to the Contract Specialist.
Important Notes
Small business joint venture quoters must submit specific representations as per FAR 52.212-3(c) and 52.219-1(c). The solicitation incorporates numerous FAR and DFARS clauses by reference, including those related to telecommunications equipment. The Government reserves the right to cancel the solicitation at any time.