Commercial Industrial Services (CIS) - Tank Cleaning Services - LPD Class Ship
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, specifically the Southwest Regional Maintenance Center (SWRMC), has issued Request for Quotation (RFQ) N5523626Q0026 for Commercial Industrial Services (CIS) - Tank Cleaning on the USS Anchorage (LPD-23). This is a Total Small Business Set-Aside opportunity, with quotes due by February 2, 2026, 11:00 AM (Pacific). The period of performance is scheduled from March 3, 2026, through March 10, 2026.
Scope of Work
The requirement is to provide all necessary labor, services, equipment, and materials for the comprehensive emptying, cleaning, offload, transfer, transportation, and disposal of Fuel Oil Storage Tank 8-63-1-F onboard the USS Anchorage (LPD-23). This includes cleaning the tank and associated piping, obtaining gas-free certification, and ensuring compliant removal and disposal of all generated waste, including hazardous and non-hazardous materials, in accordance with federal, state, and local regulations. Work must adhere to high standards and specific procedures for tag-out, inspections, and reporting.
Contract Details & Timeline
- Opportunity Type: Request for Quotation (RFQ) N5523626Q0026
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- NAICS Code: 562910 – Remediation Services
- Contracting Agency: DEPT OF THE NAVY / SOUTHWEST REGIONAL MAINT CENTER
- Place of Performance: Onboard USS Anchorage (LPD-23), San Diego, CA
- Period of Performance: March 3, 2026 – March 10, 2026
- Questions Due: January 29, 2026, 11:00 AM (Pacific)
- Quotes Due: February 2, 2026, 11:00 AM (Pacific)
- Published Date: January 23, 2026
Evaluation Factors
Award will be made to the responsible offeror whose quote is most advantageous to the Government, based on a Lowest Price Technically Acceptable (LPTA) approach. Evaluation factors include:
- Technical Acceptability: Ability to meet the required delivery date and minimum Statement of Work (SOW) requirements.
- Price: Evaluated for reasonableness.
- Past Performance: Assessed for recency and relevancy using the Supplier Performance Risk System (SPRS).
Special Requirements & Submission
Offerors must possess an approved quality management system (NAVSEA Standard item 009-04) by SWRMC's Quality Assurance department to be eligible for award. Compliance with various federal regulations and standards (e.g., NAVSEA, OSHA, CFR, NFPA, RCRA) is mandatory. Quotes, utilizing the attached Itemized Pricing Sheet, must be submitted via email to primary contact Samantha Toles (samantha.l.toles.civ@us.navy.mil) and secondary contact Suzanne Shin (suzanne.j.shin.civ@us.navy.mil). Questions must be submitted using the attached Request for Specification Clarification Form by the specified deadline. SAM registration and completion of FAR 52.212-3 are required.