Opportunity

SAM #20260003831

USS Kansas City (LCS-22) Defueling Services Solicitation

Buyer

NAVSUP Fleet Logistics Center San Diego

Posted

May 07, 2026

Respond By

May 11, 2026

Identifier

20260003831

NAICS

562211

NAVSUP Fleet Logistics Center San Diego is seeking small business vendors to provide defueling services for the USS Kansas City (LCS-22). - Government Buyer: - U.S. Navy, NAVSUP Fleet Logistics Center San Diego - Services Requested: - Defueling of 26,000 gallons of JP5 fuel from USS Kansas City (LCS-22) - Service to be completed over a two-day period - Includes truck services, coordination of fuel truck arrivals, and scheduling - Place of Performance: - 32nd Street Pier 5 Berth 1, San Diego, CA 92136 (military base/federal facility) - Unique Requirements: - Total Small Business Set-Aside under NAICS code 562211 - Firm-fixed-price contract; award based on Lowest Price Technically Acceptable - Vendors must address all technical requirements in the Statement of Work (SOW) - Coordination with Navy technical points of contact required - OEMs and Vendors: - No specific OEMs or vendors named in the solicitation - Quantities: - Removal of 26,000 gallons of JP5 fuel - Evaluation: - Quotes must address all SOW elements; technical acceptability is required

Description

See attached Statement of Work.

COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS

This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, “Streamlined Procedures for Evaluation and Solicitation for Commercial Items,” as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; “quotations” are being requested, and a written solicitation document will not be issued.

The solicitation number N00244-26-Q-X001 is being issued as a Request for Quote (RFQ). RFQ N00244-26-Q-X001 shall be used to reference any written quote provided under this solicitation. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2025-05 published in the Federal Register on 07 August 2025. Small business joint venture quoters have to submit the joint venture representations at paragraph (c) of Federal Acquisition Regulation (FAR) solicitation provision 52.212-3, Quoter Representations and Certifications-Commercial Products and Commercial Services, and paragraph (c) of FAR solicitation provision 52.219-1, Small Business Program Representations, with each offer.

This is a Total Small Business Set-Aside competition requirement. The North American Industry Classification System (NAICS) code for this project is 562211 with a size standard of $47 million.

All interested companies shall provide a quotation for:

This Statement of Work (SOW) covers the requirement to acquire defueling services for two days starting from 14 May to 15 May 2026. USS Kansas City (LCS-22) will need defueling services for 26,000 gallons of JP5.

Required Delivery Date: 14-15 MAY 2026

Place of Performance:

32ND STREET PIER 5 BERTH 1

SAN DIEGO, CA 92136

Please see attached Statement of Work (SOW) for further details.

This combined synopsis/solicitation will close at 2:00 PM (PDT) San Diego, California Time on 11 May 2026. Submit vendor quote to the Contract Specialist, Dionte Grays via email to the address dionte.l.grays.civ@us.navy.mil and stating - Solicitation N00244-26-Q-X001, USS Kansas City (LCS-22) Defueling Services.

Questions on this solicitation shall be submitted to the Contract Specialist via email. The Government will attempt to answer all questions in timely manner and will be made available publicly. However, question(s) submitted near the solicitation closing date may not provide sufficient time for the Government to respond. Therefore, quoters are hereby directed to submit question(s) no later than 2:00 PM San Diego, California time on 08 May 2026. QUESTIONS REGARDING THIS SOLICITATION HAVE TO BE SUBMITTED VIA EMAIL. ANSWERS FOR THIS SOLICITATION WILL ONLY BE RESPONDED VIA EMAIL.

Clauses Incorporated by Reference

52.203-11 Certification and Disclosure Regarding Payments to Influence Certain Federal Transactions - SEP 2024 52.203-12 Limitation on Payments to Influence Certain Federal Transactions - JUN 2020 52.204-7 System for Award Management - NOV 2024 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (more than $30K) - JUN 2020 52.204-13 System for Award Management Maintenance - FEB 2026 52.204-16 Commercial and Government Entity Code Reporting - AUG 2020 52.204-18 Commercial and Government Entity Code Maintenance - AUG 2020 52.204-19 Incorporation by Reference of Representations and Certifications - DEC 2014 52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities - DEC 2023 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment - NOV 2021 52.204-25 Prohibition of Contracting for Certain Telecommunications and Video Surveillance Services or Equipment - NOV 2021 52.204-26 Covered Telecommunications Equipment or Services--Representation - OCT 2020 52.204-27 Prohibition on a ByteDance Covered Application - JUN 2023 52.209-6 Protecting the Government’s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment - JAN 2025 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations - NOV 2015 52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law - FEB 2016 52.212-1 Instructions to Offerors—Commercial Products and Commercial Services - SEP 2023 52.212-3 Offeror Representations and Certifications—Commercial Products and Commercial Services (DEVIATION) - MAR 2025 52.212-4 Terms and Conditions-Commercial Products and Commercial Services. (Deviation) - FEB 2026 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders—Commercial Products and Commercial Services (Deviation 2025-O0003) - MAR 2025 52.217-9 Option to Extend the Term of the Contract - MAR 2000 52.219-1 Small Business Program Representations - FEB 2024 52.222-50 Combating Trafficking in Persons - OCT 2025 52.222-90 Addressing DEI Discrimination by Federal Contractors. (Deviation 2026-O0040) - APR 2026 52.223-23 Sustainable Products and Services. (DEVIATION 2025-O0004) - MAR 2025 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran—Representation and Certifications - JUN 2020 52.226-8 Encouraging Contractor Policies to Ban Text Messaging While Driving - MAY 2024 52.232-18 Availability Of Funds - APR 1984 52.232-39 Unenforceability of Unauthorized Obligations - JUN 2013 52.232-40 Providing Accelerated Payments to Small Business Subcontractors - MAR 2023 52.233-3 Protest after Award - AUG 1996 52.233-4 Applicable Law for Breach of Contract Claim - OCT 2004 52.240-1 Prohibition on Unmanned Aircraft Systems Manufactured or Assembled by American Security Drone Act-Covered Foreign Entities - NOV 2024 52.240-90 Security Prohibitions and Exclusions Representations and Certifications - DEC 2025 52-240-91 Security Prohibitions and Exclusions - DEC 2025 52.243-1 Changes - Fixed Price - AUG 1987 52.247-34 F.O.B. Destination - JAN 1991 252.203-7000 Requirements Relating to Compensation of Former DoD Officials - JAN 2023 252.203-7002 Requirement to Inform Employees of Whistleblower Rights - DEC 2022 252.203-7005 Representation Relating to Compensation of Former DoD Officials - SEP 2022 252.204-7003 Control of Government Personnel Work Product - APR 1992 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls - OCT 2016 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting (DEVIATION 2024-O0013 REVISION 1) - MAY 2024 252.204-7016 Covered Defense Telecommunications Equipment or Services--Representation - DEC 2019 252.204-7017 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services--Representation - MAY 2021 252.204-7018 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services - JAN 2023 252.204-7019 Notice of NIST SP 800-171 DoD Assessment Requirements - NOV 2023 252.204-7020 NIST SP 800-171 DoD Assessment Requirements - NOV 2023 252.204-7024 Notice on the Use of the Supplier Performance Risk System - MAR 2023 252.209-7004 Subcontracting with Firms that are Owned or Controlled by the Government of a Country that is a State Sponsor of Terrorism - MAY 2019 252.223-7006 Prohibition on Storage, Treatment, and Disposal of Toxic or Hazardous Materials--Basic - SEP 2014 252.223-7008 Prohibition of Hexavalent Chromium - JAN 2023 252.225-7001 Buy American and Balance of Payments Program--Basic - FEB 2024 252.225-7002 Qualifying Country Sources as Subcontractors - MAR 2022 252.225-7012 Preference for Certain Domestic Commodities - APR 2022 252.225-7048 Export-Controlled Items - JUN 2013 252.225-7055 Representation Regarding Business Operations with the Maduro Regime - MAY 2022 252.225-7056 Prohibition Regarding Business Operations with the Maduro Regime - JAN 2023 252.225-7059 Prohibition on Certain Procurements from the Xinjiang Uyghur Autonomous Region-Representation - JUN 2023 252.225-7060 Prohibition on Certain Procurements from the Xinjiang Uyghur Autonomous Region - JUN 2023 252.225-7972 Prohibition on the Procurement of Foreign-Made Unmanned Aircraft Systems. (DEVIATION 2024-O0014) - AUG 2024 252.225-7973 Prohibition on the Procurement of Foreign-Made Unmanned Aircraft Systems—Representation. (DEVIATION 2024-O0014) - AUG 2025 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports - MAY 2023 252.232-7004 DoD Progress Payment Rates (DEVIATION 2020-O0010, Revision 2) - MAR 2020 252.232-7010 Levies on Contract Payment - DEC 2006 252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel - JAN 2023 252.237-7016 Delivery Tickets. (Alternate I) - NOV 2014 252.243-7001 Pricing of Contract Modifications - DEC 1991 252.244-7000 Subcontracts for Commercial Products or Commercial Services - NOV 2023 252.247-7023 Transportation of Supplies by Sea--Basic - Oct 2024

CLAUSES INCORPORATED BY FULL TEXT

52.204-24 REPRESENTATION REGARDING CERTAIN TELECOMMUNICATIONS AND VIDEO SURVEILLANCE SERVICES OR EQUIPMENT (NOV 2021)

The Quoter shall not complete the representation in this provision if the Quoter has represented that it “does not provide covered telecommunications equipment or services as a part of its quoted products or services to the Government in the performance of any contract, subcontract, or other contractual instrument” in the provision at 52.204-26, Covered Telecommunications Equipment or Services--Representation, or in paragraph (v) of the provision at 52.212-3, Quoter Representations and Certifications--Commercial Items.

(a) Definitions. As used in this provision--

    Covered telecommunications equipment or services, critical technology, and substantial or essential component have the meanings provided in clause 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment.

    (b) Prohibition. Section 889(a)(1)(A) of the John S. McCain National Defense Authorization Act for Fiscal Year 2019 (Pub. L. 115-232) prohibits the head of an executive agency on or after August 13, 2019, from procuring or obtaining, or extending or renewing a contract to procure or obtain, any equipment, system, or service that uses covered telecommunications equipment or services as a substantial or essential component of any system, or as critical technology as part of any system. Contractors are not prohibited from providing--

    (1) A service that connects to the facilities of a third-party, such as backhaul, roaming, or interconnection arrangements; or

    (2) Telecommunications equipment that cannot route or redirect user data traffic or permit visibility into any user data or packets that such equipment transmits or otherwise handles.

    (c) Procedures. The Quoter shall review the list of excluded parties in the System for Award Management (SAM) (https://www.sam.gov) for entities excluded from receiving federal awards for “covered telecommunications equipment or services”.

(d) Representation. The Quoter represents that it [ ] will, [ ] will not provide covered telecommunications equipment or services to the Government in the performance of any contract, subcontract or other contractual instrument resulting from this solicitation.

    (e) Disclosures. If the Quoter has represented in paragraph (d) of this provision that it “will’’ provide covered telecommunications equipment or services”, the Quoter shall provide the following information as part of the quote-

    (1) A description of all covered telecommunications equipment and services quoted (include brand; model number, such as original equipment manufacturer (OEM) number, manufacturer part number, or wholesaler number; and item description, as applicable);

    (2) Explanation of the proposed use of covered telecommunications equipment and services and any factors relevant to determining if such use would be permissible under the prohibition in paragraph (b) of this provision;

    (3) For services, the entity providing the covered telecommunications services (include entity name, unique entity identifier, and Commercial and Government Entity (CAGE) code, if known); and

    (4) For equipment, the entity that produced the covered telecommunications equipment (include entity name, unique entity identifier, CAGE code, and whether the entity was the OEM or a distributor, if known).

(End of provision)

ADDENDUM to FAR 52.212-1 Instructions to Quoters

Addendum to FAR 52.212-1(b), Submission of quotes. This paragraph is tailored as follows:

Provision at 52.212-1, Instructions to Quoters—Commercial, applies to this acquisition. Note below that an addenda to the provision 52.212-1(b) has been incorporated to solicitation N00244-26-Q-X001.

Introduction and Purpose: This section specifies the format that Quoter shall use in this RFQ. The intent is not to restrict the quoters in the manner in which they will perform their work but rather to ensure a certain degree of uniformity in the format of the responses for evaluation purposes. 

The Government anticipates award of single Firm Fixed Price (FFP) contract resulting from this solicitation. All responses to solicitation N00244-26-Q-X001 identify the Quoter’s agreement with all terms, conditions, and provisions included in this solicitation. Offers that fail to furnish required representations or information or reject the terms and conditions of the solicitation will be excluded from consideration. 

Quotes shall be submitted to Dionte Grays at dionte.l.grays.civ@us.navy.mil no later than 2:00 PM (PDT) San Diego, California Time on 11 May 2026. Quoters shall submit their quotes via email only. 

Each attachment shall contain the following items in addition to the other information required by this solicitation:

Quote: The quote shall indicate the following:   Title of the Quote RFQ Number Name and address of Quoter, Cage Code, and UEI  Quote validity period for 30 days from solicitation closing

FACTOR I - The technical approach.

FACTOR II- Price

Quoters are advised to submit Quotes that are complete and clear in all respects without a need for additional explanation or information. Quoters are cautioned against general, vague, or insubstantial statements that prevent or render difficult the concise evaluation of the quote. The quote must be sufficient and complete to demonstrate how the Quoter proposes to comply with the contract requirements. Quoters are cautioned against restating SOW requirements in their quote, particularly with regard to technical requirements and must state how all RFQ and SOW requirements will be met. Statement such as “the Quoter understands” and “the Quoter shall/can comply,” along with responses that paraphrase the RFQ, are inadequate. The use of phrases such as “standard practices” (with a specific Government reference or industry reference) does not indicate that a Quoter understands the requirements and will result in an unacceptable evaluation.

EVALUATION--COMMERCIAL ITEMS (NOV 2021)

The Government will make a single award to the responsible Quoter using a low price technically acceptable (LPTA) source selection. The Government intends to award on initial quotes but reserves the right to conduct discussions. The following factors shall be used to evaluate quotes:

Factor I – Technical (Do Not Include Pricing Info) 

Factor II - Price

Options. (if applicable) The Government will evaluate quotes for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that a quote is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s).

A written notice of award or acceptance of a quote, mailed or otherwise furnished to the successful quoter within the time for acceptance specified in the quote, shall result in a binding contract without further action by either party. Before the quote’s specified expiration time, the Government may accept a quote (or part of a quote), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.

(End of provision)

***ADDENDUM to FAR 52.212-2 EVALUATION--COMMERCIAL ITEMS (NOV 2021)

If three (3) or fewer quotes are received, the Government will evaluate all quotes for technical acceptability. If more than three (3) quotes are received, the Government will then evaluate the three (3) lowest priced quotes for Technical Acceptability. However, the Government reserves the right to evaluate additional quotes for technical acceptability. When the agency determines that none of the initial three (3) lowest priced quotes are qualified as acceptable, the Government may evaluate additional quotes for technical acceptability. If additional quotes are evaluated, they will be evaluated in the order of increasing total evaluated price. The agency will reject and not consider for award any quote found technically unacceptable and ineligible for award under the terms of this RFQ.

Best Value will be based on a Lowest Price Technically Acceptable (LPTA) approach. For this solicitation, best value means a single purchase order shall be made to the responsible contractor whose quote is technically acceptable and quotes the lowest total evaluated price.  The following two (2) factors shall be used to evaluate quote(s):

TECHNICAL APPROACH will be assessed by evaluating the vendor’s Technical Approach Submission. 

Technical Approach

The Quoter’s Technical Approach, which represents the minimum technically acceptable criteria, is listed below: 

A quote that addresses ALL of the elements of the SOW and meets the EXACT specifications.  The specifications must be listed in your technical submission, otherwise, the quote will be deemed unacceptable.

NOTE: If the contractor fails to address in their quote submission any of the above, they will be deemed unacceptable and will not be further considered for award

The term “technical,” as used herein, refers to non-cost factors other than past performance. The purpose of the Technical Approach factor is to assess whether the Quoter’s quote will satisfy the Government’s requirements. The Technical Evaluation Team shall evaluate the Quoter’s submission against these requirements to determine whether the quote is acceptable or unacceptable, using the ratings and descriptions outlined in Table M-1.

TABLE M-1 

TECHNICAL RATING

Overall Rating 

Description

Acceptable

Quote clearly meets the minimum requirements of the RFQ.

Unacceptable

Quote does not clearly meet the minimum requirements of the RFQ.

PRICE

Quoter shall provide sufficiently detailed information to ensure a fair and reasonable determination of the proposed quote. Price will be evaluated in accordance with FAR 15.404-1(b).

           

The Quoter shall provide a single summary quote that supports the total amount of the deliverables listed in the Salient Characteristics. Pricing shall be firm-fixed pricing. 

(End of provision)         

52.212-3     QUOTER REPRESENTATIONS AND CERTIFICATIONS--COMMERCIAL ITEMS (MAY 2024)

52.252-1     SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998)

This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The quoter is cautioned that the listed provisions may include blocks that must be completed by the quoter and submitted with its quotation or quote. In lieu of submitting the full text of those provisions, the quoter may identify the provision by paragraph identifier and provide the appropriate information with its quotation or quote. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es):

FAR Clauses: https://www.acquisition.gov/browse/index/far/

DFARS Clauses: http://www.acq.osd.mil/dpap/dars/dfarspgi/current/

52.252-2      CLAUSES INCORPORATED BY REFERENCE (FEB 1998) 

This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es):

FAR Clauses: https://www.acquisition.gov/browse/index/far/ DFARS Clauses: http://www.acq.osd.mil/dpap/dars/dfarspgi/current/

(End of clause)

52.252-5     AUTHORIZED DEVIATIONS IN PROVISIONS (NOV 2020)

(a) The use in this solicitation of any Federal Acquisition Regulation (48 CFR Chapter 1) provision with an authorized deviation is indicated by the addition of“(DEVIATION)” after the date of the provision.

The use in this solicitation of any Defense Federal Acquisition Regulation (48 CFR Chapter Chapter 2) provision with an authorized deviation is indicated by the addition of “(DEVIATION)” after the name of the regulation.

(End of provision)

52.252-6     AUTHORIZED DEVIATIONS IN CLAUSES (NOV 2020)

(a) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of “(DEVIATION)” after the date of the clause.

(b) The use in this solicitation or contract of any Defense Federal Acquisition Regulation (48 CFR Chapter Chapter 2) clause with an authorized deviation is indicated by the addition of “(DEVIATION)” after the name of the regulation.

(End of clause)

Notice to Vendor(s): The Government reserves the right to cancel this solicitation, either before or after the closing date of receipt of quotations. In the event the Government cancels this solicitation, the Government has no obligation to reimburse the vendor for any costs.

(End of text)

View original listing