Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 09, 2026 SAM #8810
SOLICITATION NOTICE

F -- USS O'Kane DDG-77 Removal and Disposal of Fuel

Notice Date
1/7/2026 4:05:57 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
562112 — Hazardous Waste Collection
 
Contracting Office
NAVSUP FLT LOG CTR SAN DIEGO SAN DIEGO CA 92136 USA
 
ZIP Code
92136
 
Solicitation Number
N0024426QS013
 
Response Due
1/12/2026 10:00:00 AM
 
Archive Date
01/27/2026
 
Point of Contact
MICHELLE MUNIZ, Phone: 6195565529
 
E-Mail Address
michelle.muniz@navy.mil
(michelle.muniz@navy.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
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-S013 and it is being issued as a Request for Quote (RFQ). RFQ N00244-26-Q-S013 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) 2025-06 published in the Federal Register on August 27, 2025. Small business joint venture offerors have to submit the joint venture representations at paragraph (c) of Federal Acquisition Regulation (FAR) solicitation provision 52.212-3, Offeror 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 Small Business Set-Aside competition requirement. The North American Industry Classification System (NAICS) code for this project is 562112 with a size standard of 47M. All interested companies shall provide a quotation for: LINE ITEM 0001 Description: Removal and disposal of approximately 150,000 gallons of F76 Naval Distillate Fuel and 16,600 gallons of JP5 Quantity/Unit: 1 GROUP Total Price: $ Performance Work Statement for the USS O'KANE DDG 77 Introduction and Background This Performance Work Statement (PWS) outlines the requirements for a contractor to provide all necessary personnel, equipment, and materials to safely remove, and dispose of approximately 150,000 gallons of F76 Naval Distillate Fuel and 16,600 gallons of JP5 aviation turbine fuel. The fuel is currently onboard the USS O�Kane (DDG-77). All work shall be completed by January 23, 2025. The fuels are defined by the following military specifications: F-76 (Naval Distillate Fuel): Conforming to MIL-DTL-16884. This is a military-grade distillate fuel used in naval shipboard boilers, gas turbines, and diesel engines. JP-5 (Aviation Turbine Fuel): Conforming to MIL-DTL-5624V, NATO Code F-44. This is a high-flash point, kerosene-based jet fuel primarily for use in aircraft carriers. Scope of Work The contractor shall perform all tasks necessary to defuel, remove, and dispose of the specified fuels in a safe, efficient, and environmentally compliant manner. Defueling Operations The contractor shall provide all equipment and personnel necessary to safely pump the F76 and JP5 fuel from their respective storage tanks into contractor-provided transportation containers. The contractor must have procedures in place to prevent spills and to respond to any that may occur. Transportation The contractor is responsible for the safe and compliant transportation of the removed fuel from the site to the disposal facility. All transportation must adhere to Department of Transportation (DOT) regulations for hazardous materials. Transportation of hazardous waste must be accompanied by a manifest as required by the Resource Conservation and Recovery Act (RCRA). Disposal The contractor shall dispose of the F76 and JP5 fuel in accordance with all federal, state, and local regulations. Disposal must be performed at a facility permitted to accept and process these types of hazardous waste. Period of Performance All work described in this PWS must be completed by January 23, 2025. Place of Performance Ship is currently located at Naval Base San Diego, Pier 3 Berth 1. Regular working hours for ships force is 0700-1600. Naval Base San Diego does not authorize fueling or defueling ships after sunset each day. Deliverables The contractor shall provide the following deliverables: A final report upon project completion, including certificates of disposal for all fuel removed. All required manifests and documentation in accordance with RCRA. Applicable Publications and Regulations The contractor shall comply with all applicable federal, state, and local laws and regulations, including but not limited to: Resource Conservation and Recovery Act (RCRA) Occupational Safety and Health Administration (OSHA) Hazard Communication Standard Department of Transportation (DOT) Hazardous Materials Regulations All applicable military specifications for the handling of F76 and JP5 fuel. Safety and Environmental Requirements Safety Plan The contractor shall develop and implement a comprehensive safety plan that addresses all hazards associated with the work. The plan must comply with all OSHA regulations. Environmental Protection Plan The contractor shall develop and implement an Environmental Protection Plan that details procedures for preventing and responding to spills, and for ensuring all waste is handled and disposed of in an environmentally responsible manner. This includes compliance with all EPA regulations. Spill Prevention and Response The contractor must have a detailed spill prevention and response plan. In the event of a spill, the contractor must immediately notify the designated government representative and take all necessary actions to contain and clean up the spill. Contractor Qualifications The contractor must demonstrate previous experience in the successful defueling, removal, and disposal of large quantities of petroleum products, including hazardous materials. The contractor must also demonstrate a thorough understanding of and compliance with all applicable safety and environmental regulations. Point of Contact Technical POC: Will be provided after award. Financial POC: Will be provided after award (End of PWS) Period of Performance: All work to be completed by 23 January 2026. Places of Performance: Ship is currently located at Naval Base San Diego, Pier 3 Berth 1. Regular working hours for ships force is 0700-1600. Naval Base San Diego does not authorize fueling or defueling ships after sunset each day. Addenda to provision 52.212-1 are included herein. The provision 52.212-2 is applicable and specific evaluation criteria included in paragraph (a) of the provision. Award shall be made to the quoter, whose quotation, is evaluated as technically acceptable and has the lowest price. The government will evaluate information based on the following evaluation criteria: (1) technical factor meeting the requirement listed in the Statement of Work and (2) price. The clause 52.212-4 is applicable. The clause 52.212-5 is applicable and properly indicated with which FAR provisions and clauses are applicable to this procurement. Additional Contract requirements: NOTE 1: The vendor must be able to meet all of these requirements and must submit a quote that identifies and shows they can meet all of these requirements. Otherwise, the quote will be rejected, and the vendor will not be considered for award. NOTE 2: Failure to meet the Evaluation Criteria will result in rejection of quotation. NOTE 3: NO partial bids allowed. NOTE 4: The method of payment for this procurement shall be Government Credit card. Defense Priorities and Allocations System (DPAS) and assigned rating: N/A This combined synopsis/solicitation will close at 10:00 AM (PST) San Diego, California Time on 12 January 2026. Submit vendor quote to the Contract Specialist, Ms. Michelle Muniz, via email to the address michelle.a.muniz.civ@us.navy.mil and stating - SOLICITATION N00244-26-Q-S013 USS OKANE DEFUEL. 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) not later than 10:00 AM San Diego, California time on 09 January 2026. QUESTIONS REGARDING THIS SOLICITATION HAVE TO BE SUBMITTED VIA EMAIL ONLY. ANSWERS FOR THIS SOLICITATION WILL ONLY BE RESPONDED VIA EMAIL. QUESTIONS VIA PHONE CALL WILL NOT BE ACCEPTABED 52.212-2 EVALUATION--COMMERCIAL ITEMS (OCT 2014) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: The Government will use a Lowest Price Technically Acceptable (LPTA) source selection methodology. The evaluation factors are: Factor 1: Technical Acceptability Factor 2: Price The evaluation will be conducted as follows: Technical proposals will be evaluated on a pass/fail basis, receiving a rating of either ""Acceptable"" or ""Unacceptable."" To be rated ""Acceptable,"" the offeror's proposal must demonstrate a clear understanding of and ability to meet all minimum requirements defined in the Performance Work Statement (PWS). All offers rated ""Acceptable"" for the Technical Factor will then be considered for award based on price. The price evaluation will document that the price of the lowest-priced, technically acceptable offer is fair and reasonable. Award will be made to the responsible offeror with the lowest evaluated price among the technically acceptable proposals. (b) Options. [If you have options, fill this in. Otherwise, leave as is.] (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. (End of Provision) Offeror(s) is(are) required to include a completed copy of the provisions at 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment and 52.212-3, Offeror Representations and Certifications - Commercial Items, with their quotation. Addenda to provision 52.212-1 are included herein. The provision 52.212-2 is applicable and specific evaluation criteria included in paragraph (a) of the provision. The clause 52.212-4 is applicable. The clause 52.212-5 is applicable and properly indicated with which FAR provisions and clauses are applicable to this procurement. The following FAR/DFARS provisions and clauses apply to this solicitation and are incorporated by reference. FULL SOLICITATION ATTACHED
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/94e90cb2494244f0a9682a07722e79af/view)
 
Place of Performance
Address: San Diego, CA 92135, USA
Zip Code: 92135
Country: USA
 
Record
SN07679474-F 20260109/260107230031 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.