National Weather Service (NWS) – Regional Uninterrupted Power Supply (UPS) Battery Replacement Indefinite Delivery, Indefinite Quantity (IDIQ)
ID: 1305M325R0037Type: Presolicitation
Overview

Buyer

COMMERCE, DEPARTMENT OFNATIONAL OCEANIC AND ATMOSPHERIC ADMINISTRATIONDEPT OF COMMERCE NOAASEATTLE, WA, 98115, USA

NAICS

Battery Manufacturing (335910)

PSC

ELECTRICAL HARDWARE AND SUPPLIES (5975)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), is seeking qualified small businesses to provide battery replacement services for the National Weather Service (NWS) Uninterrupted Power Supply (UPS) systems through an Indefinite Delivery, Indefinite Quantity (IDIQ) contract. The primary objective of this procurement is to ensure the availability of replacement batteries, which are critical for maintaining the operational readiness of the NWS in issuing watches, warnings, forecasts, and advisories across the United States. The contract, which has an estimated ceiling amount of $3,000,000 and a performance period of five years, will be awarded on or around August 18, 2025, with responses due by August 8, 2025. Interested parties should contact Hannah Hartman at hannah.hartman@noaa.gov for further details.

    Point(s) of Contact
    Files
    No associated files provided.
    Similar Opportunities
    Li Ion Battery and Charging Station
    Buyer not available
    The Department of Defense, through the Naval Undersea Warfare Center Division, Newport (NUWCDIVNPT), is seeking proposals from qualified small businesses for the procurement of Li-Ion batteries and associated services, as outlined in the combined synopsis/solicitation (RFQ N66604-26-Q-0008). The requirements include a deep ocean rechargeable Li-Ion battery with specific technical specifications, a compatible charging station, and services for US Navy battery certification, with an emphasis on adherence to safety standards and documentation as per the Lithium Battery Safety Certification Program. Proposals must be submitted by December 10, 2025, at 2:00 PM EST, and should include detailed pricing, shipping terms, and compliance with federal regulations, including active SAM registration. Interested parties can contact Teresa Michael at teresa.m.michael2.civ@us.navy.mil for further information.
    NOAA Ship Henry B. Bigelow: Service Life Extension Program (SLEP) Services
    Buyer not available
    The National Oceanic and Atmospheric Administration (NOAA) is seeking proposals for the Service Life Extension Program (SLEP) repairs to the NOAA Ship Henry B. Bigelow, a critical asset for marine and atmospheric operations. The procurement involves extensive repairs and upgrades, including structural work, vessel repowering, and the replacement of key systems such as dynamic positioning, fire alarm systems, and various pumps and refrigeration units. The estimated repair period is set to last 14 months, commencing in February 2028 and concluding by April 2029, with a Request for Proposal (RFP) anticipated in December 2025 and proposals due by February 2026. Interested contractors must be registered in SAM.gov and can contact Tamara Horton at Tamara.Horton@noaa.gov or Andrew Northcutt at andrew.northcutt@noaa.gov for further details.
    Hydrogen Purchase/Delivery to Miami, FL WFO
    Buyer not available
    The National Oceanic and Atmospheric Administration (NOAA) is seeking qualified small businesses to provide hydrogen gas and cylinder rental services for the National Weather Service (NWS) Miami Weather Forecast Office (WFO). The procurement involves the purchase and delivery of a maximum of 230 full 300 CF hydrogen cylinders annually, with deliveries scheduled every two weeks, starting from January 1, 2026, through December 31, 2026, and includes four optional one-year extensions through December 31, 2030. This hydrogen is essential for various operational needs within the NWS, ensuring the agency can effectively carry out its weather forecasting responsibilities. Interested vendors must submit their quotes electronically by December 15, 2025, at 12:00 PM MST/MDT to Jamie.Rosales@noaa.gov, with the evaluation based on price and technical capability.
    Notice of Intent to Single Source to Elemental Scientific, Inc
    Buyer not available
    The Department of Commerce's National Oceanic and Atmospheric Administration (NOAA) intends to negotiate a sole source contract with Elemental Scientific, Inc. for the annual preventative maintenance and emergency repairs of the ESI PrepFAST IC Automated Speciation System used at the National Seafood Inspection Laboratory (NSIL) in Pascagoula, MS. This specialized equipment is crucial for the laboratory's role in detecting and confirming metals contamination in seafood, aligning with FDA standards for food safety. The estimated contract value is $88,725 over three years, and interested parties may submit a Capability Statement by 5:00 PM EST on December 26, 2024, to the Contracting Officer, Suzanne Johnston, at Suzanne.Johnston@noaa.gov.
    Hydrogen Purchase/Delivery to Amarillo, TX WFO
    Buyer not available
    The Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), is seeking quotes for the purchase and delivery of hydrogen gas to the National Weather Service (NWS) Amarillo, TX Weather Forecast Office. The procurement involves a total Small Business Set-Aside contract that includes a base year from January 1, 2026, to December 31, 2026, and four additional option years, with an estimated requirement of 230 cylinders annually for weather balloon launches. Timely and consistent delivery is crucial, with deliveries scheduled every two weeks, and the contractor must adhere to strict delivery times and provide a certified pressure gauge annually. Interested vendors must submit their quotes electronically to Jamie.Rosales@noaa.gov by 12:00 PM MST/MDT on December 12, 2025, to be considered for this opportunity, which has an estimated total contract value of $34,647.12 over the five-year period.
    Long Term Contract for NSNs 6135014783935 and 6135015279592 (Nonrechargeable Batteries)
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Land and Maritime, is seeking contractors for a long-term contract involving the procurement of non-rechargeable batteries identified by National Stock Numbers (NSNs) 6135014783935 and 6135015279592. The contract will cover an estimated annual demand of 1,598 units for NSN 6135014783935 and 1,247 packages for NSN 6135015279592, with a maximum contract period of five years and an estimated total value of $14,419,920. These batteries are critical application items with specific packaging, marking, and shipping requirements, including adherence to military and hazardous material regulations, and will require First Article Testing for quality assurance. Interested parties should contact Chuck Mielke at charles.mielkeii@dla.mil or by phone at 419-345-2481 for further details, with the solicitation expected to be posted approximately 15 days after this announcement.
    UPS Battery Replacement & Installation Services, QTY2EA
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for UPS Battery Replacement and Installation Services at the VA Puget Sound Health Care System in Seattle, Washington. The contractor will be responsible for procuring, removing, and installing two new UPS batteries, ensuring compliance with manufacturer specifications, industry standards, and VA codes, while also adhering to environmental regulations for the disposal of old batteries. This procurement is a Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside under NAICS code 238210, highlighting the importance of supporting veteran-owned enterprises in the contracting process. Interested parties must submit their offers by December 17, 2025, at 15:00 PST, and direct any questions to Derek Crockett at derek.crockett@va.gov by December 10, 2025.
    61--BATTERY POWER SUPPL
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of battery power supplies under solicitation number NSN 6130016434896. The requirement includes multiple line items for delivery to various naval vessels, including the USS MAHAN DDG 72, USS BULKELEY DDG 84, and USS FRANK E PETERSEN JR DDG 121, with all deliveries expected within 150 days after order. These battery power supplies are critical for the operational readiness of the naval fleet, ensuring that essential electrical systems function effectively. Interested vendors, particularly small businesses as this is a total small business set-aside, can submit their quotes electronically, and should direct any inquiries to the buyer listed in the solicitation document via email at DibbsBSM@dla.mil.
    J061--UPS Maintenance - NWI
    Buyer not available
    The Department of Veterans Affairs is seeking quotes for Uninterruptible Power Supply (UPS) maintenance services for the Nebraska Western Iowa Healthcare System. This procurement, identified by solicitation number 36C26326Q0162, requires comprehensive maintenance, including semiannual preventive services, battery replacements, and full-service repairs for various UPS units across multiple VA facilities in Nebraska and Iowa. The contract is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and will be awarded as a firm fixed-price base contract with four option years, covering the period from January 1, 2027, to December 31, 2030. Interested contractors must submit their quotes via email to James Miller at james.miller4@va.gov by December 11, 2025, and ensure they are registered in the System for Award Management (SAM) database. Technical questions are due by December 4, 2025.
    Fleet Stability Software Support Services
    Buyer not available
    The Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), intends to award a sole source contract for Fleet Stability Software Support Services to Herbert-ABS Software Solutions. The procurement aims to provide and maintain the CargoMax and HECSALV stability software for NOAA's fleet of 15 research and survey vessels, which includes initial installations, software maintenance, and updates to data files and vessel information. This software is critical for ensuring the operational stability and safety of NOAA's vessels, and the contractor will also be responsible for providing technical support, training for ship crews, and maintaining a secure distribution website. Interested parties who believe they can meet the requirements must submit a capability statement to the Contract Specialist, Tamara Horton, by December 8, 2025, at 12:00 PM EST.