Station Batteries for Ward & Washburn Substations, ND
ID: 89503425QWA001000Type: Combined Synopsis/Solicitation
AwardedFeb 4, 2025
$57K$57,035
AwardeeUNITED SALES ASSOC INC 5966 BONITA RD Lake Oswego OR 97035 USA
Award #:89503425PWA002001
Overview

Buyer

ENERGY, DEPARTMENT OFENERGY, DEPARTMENT OFWESTERN-UPPER GREAT PLAINS REGIONBILLINGS, MT, 59101, USA

NAICS

Battery Manufacturing (335910)

PSC

BATTERIES, RECHARGEABLE (6140)

Set Aside

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

    The Department of Energy's Western Area Power Administration (WAPA) is seeking proposals from qualified small businesses for the procurement of battery systems for the Ward and Washburn substations located in Bismarck, North Dakota. The requirements include a Valve Regulated Lead-Acid battery system for the Washburn substation and a Flooded Lead-Acid battery system for the Ward substation, both designed for high voltage and extra high voltage electrical power applications. These batteries are critical for ensuring reliable power management and control within substations, emphasizing safety and compliance with technical specifications. Interested vendors must submit their proposals electronically, ensuring they include detailed product specifications and adhere to the Buy American certification, with all documentation required to accompany shipments. For further inquiries, potential bidders can contact M Kris Pfeifle at pfeifle@wapa.gov or call 1 605-566-6964.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines the specifications and requirements for a Flooded Lead-Acid battery system intended for the Ward Delivery Substation in North Dakota. Key features include a 125-volt DC, ungrounded system with a float voltage of 2.21 – 2.30 volts per cell and a minimum capacity of 365 AH over eight hours. The battery compartment must consist of 58 flame-retardant plastic cells arranged in two rows. Additionally, the document specifies a qualifying rack assembly, spill containment measures, and provided accessories, including intercell connectors and absorbent mats designed to change color when exposed to electrolyte. Documentation must accompany shipment, including both physical and electronic copies of all manuals. Delivery must occur on specific weekdays within designated hours, with pre-delivery coordination required with designated contacts. This procurement example reflects a structured approach to federal bidding, highlighting detailed requirements typical of government RFPs while ensuring compliance with safety and technical standards in electrical infrastructure management.
    The Washburn Substation Battery project issued by the North Dakota Maintenance Office outlines specifications for a 125-volt DC Valve Regulated Lead-Acid battery system essential for high voltage substation applications. The system comprises 58 flame-retardant cells with a nominal capacity of at least 265 AH, specific accessory requirements including connectors, terminal plates, and a spill containment barrier. The battery rack is to be made of either galvanized or acid-resistant steel, designed for seismic stability and capable of holding the batteries in a specified arrangement. The document mandates a liquid-tight spill containment system with non-VOC adhesives and absorbent mats that change color when in contact with electrolytes. Delivery instructions emphasize coordination with designated contacts to ensure proper delivery timing and conditions. Additionally, all associated documentation must accompany the shipment and be provided electronically to specified email addresses. This RFP highlights safety, environmental considerations, and compliance with technical specifications.
    The Department of Energy's Western Area Power Administration (WAPA) is seeking a single-source acquisition for 58 Enersys OPzV valve-regulated lead-acid (VRLA) batteries, structured in a compact horizontal rack to optimize space in smaller substations. The specific configuration consists of a battery rack that is 10 cells wide and 6 cells high, with a spill containment barrier. The justification for this sole-source procurement arises from the OPzV batteries’ capability to be stacked and arranged efficiently, minimizing the physical footprint compared to traditional flooded batteries while maintaining the necessary battery capacity. Both the Communications and Substations groups within WAPA have utilized this battery style, which aids in reducing the diversity of parts needed for maintenance. This acquisition aligns with WAPA's operational needs while focusing on efficiency and practicality within limited substation areas.
    The document outlines a Request for Proposal (RFP) from the U.S. Department of Energy's Western Area Power Administration (WAPA) for battery supplies, specifically specifying a requirement for Valve Regulated Lead Acid and Flooded Lead Acid batteries. It emphasizes that the acquisition is set aside for small businesses with valid SAM registrations. Proposals must include detailed specifications for the products to ensure compliance with outlined requirements, including a Buy American certification. Key components include the payment instructions, delivery schedules to specified locations in Bismarck, ND, and detailed clauses governing contract administration, including sustainable practices and labor regulations. Each item in the solicitation includes quantities, unit prices, and total amounts. Vendors are advised to submit their offers electronically and adhere to protocols related to invoice processing and notifications of shipment. Overall, the document serves as a comprehensive guide for potential bidders, detailing necessary compliance requirements and the structured format necessary to receive consideration for this government contract.
    Lifecycle
    Similar Opportunities
    FITTINGS FOR 230KV BREAKER REPLACEMENT AT GF
    Energy, Department Of
    The Department of Energy, specifically the Western Upper Great Plains Region, is seeking proposals for the procurement of fittings necessary for the replacement of a 230KV breaker at the Grand Forks facility. This solicitation is set aside for small businesses, emphasizing the importance of supporting local enterprises in fulfilling the requirements for electrical components, which are critical for maintaining the reliability and efficiency of electrical systems. Interested vendors should reach out to Jeremy John Schafer at Schafer@wapa.gov or call 605-353-2581 for further details regarding the submission process and any inquiries related to the opportunity.
    FTG267 R and C 80KVA UPS Replacement
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for the replacement of two 80 KVA Uninterruptable Power Systems (UPSs) with two distributed redundant 75 KVA UPSs at the Readiness and Control building on the Missile Defense Complex located at Fort Greely, Alaska. This project is critical for ensuring reliable power supply and operational readiness within the facility. The solicitation is set aside for small businesses, and interested parties must acknowledge receipt of the amendment to the original solicitation to ensure their proposals are considered. For further details, including the solicitation and amendments, interested vendors should contact Brittney Morrison at brittney.morrison@usace.army.mil or Michelle Nelsen at michelle.nelsen@usace.army.mil, with the proposal due date remaining unchanged as per the latest amendment issued on December 12, 2025.
    61--BATTERY,STORAGE
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of storage batteries under solicitation number 6140016772079. The requirement includes the delivery of two units each to the USS The Sullivans (DDG 68), USS Anchorage (LPD 23), and USS Bulkeley (DDG 84), with a delivery timeline of 60 days after order. These batteries are critical for the operational readiness of naval vessels, ensuring reliable power supply for various onboard systems. Interested vendors, particularly small businesses, are encouraged to submit their quotes electronically, with all inquiries directed to the DLA's buyer via the provided email address, DibbsBSM@dla.mil.
    69KV REPLACEMENT BUSHINGS - MILES CITY MT
    Energy, Department Of
    The Department of Energy is seeking qualified vendors to provide replacement bushings for electrical equipment in Miles City, Montana. This procurement is specifically set aside for small businesses under the Total Small Business Set-Aside program, and it falls under the NAICS code 335999, which pertains to miscellaneous electrical equipment and component manufacturing. The replacement bushings are critical components used in electrical systems, ensuring reliable operation and safety. Interested parties can reach out to Mary K. Pfeifle at pfeifle@wapa.gov or call 605-353-2643 for further details regarding the solicitation process.
    Powerhouse 1 and 2 DC Panel Board Replacement
    Dept Of Defense
    The U.S. Army Corps of Engineers, Omaha District, is soliciting proposals for the replacement of DC Panel Boards at Powerhouse 1 and 2 located at Fort Peck Dam, Montana. This project entails the comprehensive replacement of electrical equipment, including Main 125V DC Station Boards, Preferred AC Panels, and Emergency Lighting Panels, along with necessary modifications to feeder wires and concrete bases. The estimated construction cost ranges from $1,000,000 to $5,000,000, and the solicitation is set aside for small businesses, with proposals due by January 16, 2026. Interested contractors should contact Marc Proietto or Brandie Murphy for further details and must ensure registration in the System for Award Management (SAM) to access solicitation documents.
    ELECTRICAL HARDWARE STOCK REPLENISHMENT
    Energy, Department Of
    The Department of Energy is seeking proposals for the replenishment of electrical hardware stock through a total small business set-aside solicitation. This procurement aims to acquire essential electrical hardware and supplies, classified under the NAICS code 335932, which pertains to Noncurrent-Carrying Wiring Device Manufacturing. The goods are critical for maintaining operational efficiency and safety within the department's facilities. Interested vendors can reach out to Cody Martin at ctmartin@wapa.gov or call 701-221-4515 for further details regarding the solicitation process.
    61--BATTERY POWER SUPPLY
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of Battery Power Supplies, specifically NSN 6130015669043. The contract includes the delivery of four units to the USS Kansas City (LCS 22) and one unit each to the USS Carl M. Levin (DDG 120) and USS Wayne E. Meyer (DDG 108), all required within 60 days after order (ADO). These battery power supplies are critical for the operational readiness of naval vessels, ensuring reliable power distribution for various electrical equipment. Interested vendors are encouraged to submit their quotes electronically, as hard copies of the solicitation will not be available, and inquiries can be directed to the DLA at DibbsBSM@dla.mil.
    61--BATTERY,STORAGE
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Land and Maritime, is seeking quotes for the procurement of storage batteries, specifically NSN 6140014938092. The requirement includes three lines of delivery, totaling 674 units, with varying delivery timelines to the DLA Distribution San Joaquin. These batteries are critical for power distribution equipment, underscoring their importance in military operations and logistics. Interested small businesses are encouraged to submit their quotes electronically, with inquiries directed to the DLA at DibbsBSM@dla.mil, and the procurement process is set under a Total Small Business Set-Aside.
    61--BATTERY POWER SUPPL
    Dept Of Defense
    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.
    Li Ion Battery and Charging Station
    Dept Of Defense
    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, specifically aimed at supporting US Navy battery certification. The requirements include a deep ocean rechargeable Li-Ion battery with a minimum capacity of 22 kWh, a voltage of 45Vdc, and a depth rating of at least 6,000 meters, along with a compatible recharging system and services for certification compliance. This procurement is critical for ensuring the operational readiness and safety of battery systems used in marine environments, adhering to stringent Navy safety standards. Interested vendors must submit their quotes by December 15, 2025, at 2:00 PM EST, to Teresa Michael at teresa.m.michael2.civ@us.navy.mil, with all submissions requiring compliance with specified technical and safety standards.