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 FLC San Diego, is seeking defueling services for the USS Kansas City (LCS-22). This Total Small Business Set-Aside opportunity requires the removal and disposal of approximately 26,000 gallons of JP5 aviation turbine fuel over two days, May 14-15, 2026, at Naval Base San Diego, CA. Quotations are due by May 11, 2026.
Scope of Work
The contractor will be responsible for:
- Defueling Operations: Safely pumping 26,000 gallons of JP5 fuel from the vessel's storage tanks into contractor-provided containers, with robust spill prevention and response measures.
- Transportation: Transporting the removed fuel to a disposal facility, adhering to Department of Transportation (DOT) hazardous materials regulations and providing a manifest per the Resource Conservation and Recovery Act (RCRA).
- Disposal: Disposing of the JP5 fuel at a permitted facility in compliance with all federal, state, and local regulations.
- Compliance & Safety: Adherence to RCRA, OSHA Hazard Communication Standard, DOT Hazardous Materials Regulations, and applicable military specifications for fuel handling. Development and implementation of comprehensive safety and environmental protection plans are required.
- Contractor Qualifications: Demonstrated prior experience in defueling, removal, and disposal of petroleum products and hazardous materials, coupled with a thorough understanding of safety and environmental regulations.
Contract & Timeline
- Solicitation 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 562211, $47M size standard)
- Period of Performance: May 14-15, 2026 (restricted to 0700-1600, not after sunset)
- Place of Performance: 32ND STREET PIER 5 BERTH 1, San Diego, CA 92136
- Quotations Due: May 11, 2026, 2:00 PM (PDT)
- Questions Due: May 8, 2026, 2:00 PM (PDT)
- Published: May 8, 2026
Evaluation
Award will be made to the responsible quoter using a Lowest Price Technically Acceptable (LPTA) source selection. Evaluation factors include:
- Factor I – 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 do so will result in an unacceptable rating.
- Factor II – Price: Price will be evaluated for fairness and reasonableness. The Government intends to award on initial quotes but reserves the right to conduct discussions. If three or fewer quotes are received, all will be evaluated for technical acceptability. If more than three, the three lowest-priced quotes will be evaluated first, with the option to evaluate additional quotes if needed.
Submission Details
Quotes must be submitted via email to Dionte Grays at dionte.l.grays.civ@us.navy.mil. Submissions must include the RFQ number, quoter's name, address, CAGE Code, UEI, and a 30-day quote validity period. Small business joint ventures must submit specific representations.