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 is seeking quotes for defueling services for the USS KANSAS CITY (LCS-22). This Total Small Business Set-Aside opportunity requires the safe 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 be responsible for providing all personnel, equipment, and materials to safely defuel, remove, transport, and dispose of 26,000 gallons of JP5 fuel from the USS KANSAS CITY (LCS-22). Key aspects include:
- Defueling Operations: Pumping JP5 fuel from storage tanks into contractor-provided containers, with robust spill prevention and response measures.
- Transportation: Transporting removed fuel to a permitted disposal facility in compliance with Department of Transportation (DOT) hazardous materials regulations and Resource Conservation and Recovery Act (RCRA) manifest requirements.
- Disposal: Disposing of the JP5 fuel at a permitted facility in accordance with all federal, state, and local environmental regulations.
- Compliance: Adherence to RCRA, OSHA Hazard Communication Standard, DOT Hazardous Materials Regulations, EPA regulations, and applicable military specifications for fuel handling.
- Deliverables: A final report including certificates of disposal and all required RCRA manifests.
Contract Details
- Opportunity Type: Combined Synopsis/Solicitation (Request for Quote - RFQ N00244-26-Q-X001)
- Contract Type: Single Firm Fixed Price (FFP)
- Set-Aside: Total Small Business Set-Aside
- NAICS Code: 562211, with a size standard of $47 million
- Period of Performance: May 14-15, 2026 (two days)
- Place of Performance: 32ND STREET PIER 5 BERTH 1, Naval Base San Diego, CA 92136. Defueling operations are restricted to 0700-1600 and not permitted after sunset.
Submission & Evaluation
- Quote Submission Deadline: May 11, 2026, by 2:00 PM (PDT)
- Questions Deadline: May 8, 2026, by 2:00 PM (PDT)
- Submission Method: Email quotes to Dionte Grays at dionte.l.grays.civ@us.navy.mil.
- Quote Requirements: Must include Title, RFQ Number, Quoter name/address, CAGE Code, UEI, 30-day quote validity, Technical Approach, and Price.
- Evaluation Method: Lowest Price Technically Acceptable (LPTA).
- Evaluation Factors: Technical Approach (Factor I) and Price (Factor II).
- Technical Acceptability: The technical approach must explicitly address ALL elements of the Statement of Work (SOW) and meet EXACT specifications, which must be clearly listed in the submission. Quotes failing to meet these criteria will be deemed unacceptable.
Additional Notes
Small business joint venture quoters must submit specific joint venture representations. The solicitation incorporates numerous FAR and DFARS clauses by reference, including those pertaining to commercial items, representations and certifications, and telecommunications equipment. The Government reserves the right to cancel the solicitation.