Multiple Award IDIQ Procurement of SWCS Battery Set, NSN:1HM 6140 016310119 VJ
ID: N0010424RFB19Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVSUP WEAPON SYSTEMS SUPPORT MECHMECHANICSBURG, PA, 17050-0788, 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 Defense, through the NAVSUP Weapon Systems Support office, is soliciting proposals for the Multiple Award IDIQ Procurement of Shallow Water Combat Submersible (SWCS) Battery Sets, identified by NSN: 1HM 6140 016310119 VJ. This procurement aims to secure rechargeable batteries essential for military operations, emphasizing compliance with stringent quality assurance measures and testing protocols, including First Article Testing and Production Lot Testing. The contract will be awarded under a Total Small Business Set-Aside, with a maximum ceiling of $43,760,485 over five ordering periods, and interested contractors must acknowledge receipt of amendments and submit their offers by 4:00 PM on March 3, 2025. For further inquiries, potential bidders can contact Tiana Hammaker at TIANA.HAMMAKER@NAVY.MIL or Vincent Molesky at vincent.e.molesky.civ@us.navy.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The document addresses the procurement specifications for MK 89 silver-oxide/zinc batteries required for the MK 8 Mod 1 SEAL Delivery Vehicle (SDV) and Shallow Water Combat Submersible (SWCS). It outlines the scope, applicable documents, requirements for battery performance, testing, quality assurance, and environmental considerations. Key points include the specification for materials, the total cell requirements for both vehicle types, and a comprehensive description of testing processes such as First Article Testing (FAT) and Lot Acceptance Testing (LAT). Emphasis is placed on sourcing from approved manufacturers, ensuring compliance with safety and performance standards, including recycling and avoiding mercury. The document reinforces the critical nature of these components for military operations and underscores the necessity for strict quality controls and material certifications. The structure is logical, presenting specifications, testing protocols, and detailed packing requirements while adhering to regulatory compliance, demonstrating the Department of Defense's commitment to operational reliability.
    The RDS Content Report identifies a completed bidset containing Military Critical Technology (MCT) documents managed under public distribution with restricted access due to export control regulations. The report, recorded on 9/12/2022, provides an overview of associated drawing documents, detailing their specific identifiers, types, and access status. Notably, it includes two drawings with public distribution statements indicating strict export controls. Each drawing is categorized with identifiers that summarize its revision and availability status. The report emphasizes the imperative of compliance with stringent regulations surrounding military critical technology assets and their related drawings, which are crucial for national security and regulatory adherence. This bidset is pertinent for agencies engaging in defense-related projects, highlighting the need for thorough documentation in procurement processes. Overall, the file underscores the complex interplay between federal contracting regulations and the management of sensitive military technology documentation.
    The document outlines the Data Item Requirements for a government contract, specifically detailing the process for submitting data items, including technical reports and specifications. It includes a breakdown of the Contract Data Requirements List (CDRL) utilizing DD Form 1423, which specifies the necessary fields to provide key details such as data item numbers, titles, authorities, submission dates, and estimated prices for data items. The form categorizes data into four groups based on their importance and defines estimation procedures for costs incurred in developing these data items. In particular, it emphasizes the necessary approvals, the distribution of data to specific personnel, and the compliance with government regulations, ensuring that contractors understand their obligations concerning data submission and management. The document serves as a guideline for contractors and government personnel to ensure proper data handling under government contracts, contributing to administrative efficiency and regulatory compliance in federal and local projects.
    This document outlines an amendment to a government solicitation, specifically detailing the procedures contractors must follow to acknowledge receipt of the amendment before the specified due date. Contractors are required to confirm receipt either by returning completed forms or via separate communication referencing both the solicitation and amendment numbers. Failure to comply may result in the rejection of offers. The amendment modifies the submission deadline, extending it to 4:00 PM on May 30, 2024. Key information includes sections for identifying the contract details, such as contract ID code, modification number, and effective date. Additionally, it emphasizes that the amendment does not alter the original terms of the contract, ensuring that all previous conditions remain in effect unless expressly stated otherwise. This amendment plays a critical role in transparently communicating changes to potential offerors, ensuring compliance with federal procurement regulations and maintaining the integrity of the bidding process.
    This document serves as an amendment to a federal solicitation, providing critical instructions for contractors on acknowledging receipt of the amendment. Offers must be acknowledged prior to the specified deadline, either by completing designated items on the offer or through a separate letter or electronic communication clearly referencing the amendment. Failure to acknowledge on time may lead to rejection of the offer. The contract details include an extension for the offer due date, now set for 4:00 PM on July 1, 2024, and it contains standard provisions regarding modifications to contracts/orders without altering the initial terms. The document structure includes sections for contractor identification, amendment details, and requirements for acknowledgment and signature by both the contractor and the contracting officer. Overall, it emphasizes the importance of compliance with amendment procedures in the federal contracting process.
    This document is an amendment to a solicitation for a federal contract, specifically identified as N00104-24-R-FB19, regarding NAVSUP Weapon Systems Support. The amendment outlines the procedure for contractors to acknowledge receipt of the amendment, specifying that failure to do so may result in rejection of their offer. It includes options for acknowledgment through specific forms or electronic communication. The document provides information on modification of existing contracts, emphasizing that all terms remain unchanged except those described in the amendment. Notably, the due date for offers has been extended to 1600 on August 5, 2024. The document serves as a formal communication to ensure compliance and facilitate the proposal process within the framework of government contracting and procurement regulations.
    This document outlines the procedures for acknowledging an amendment to a federal solicitation, emphasizing the importance of timely acknowledgment to avoid rejection of offers. Offers must be acknowledged before the specified deadline, which can be done by various means such as completing designated items, submitting a separate letter, or using electronic communication referencing the solicitation and amendment numbers. Furthermore, provisions are made for modifying previously submitted offers if communicated properly before the deadline. The document states that the solicitation's due date has been extended to 4:00 PM on September 15, 2024, with specifics provided regarding the administration and management of contracts. It also reiterates that all unamended terms and conditions remain active. This amendment serves to ensure clarity and compliance for contractors participating in the solicitation process, reflecting a structured approach typical of government RFPs and federal grant processes.
    This government document serves as an amendment to a solicitation, outlining procedures for acknowledging receipt and submitting offers. The key point is that offers must acknowledge the receipt of the amendment prior to the specified deadline to avoid rejection. Acknowledgment can be made by either completing specific items on the amendment form or by separate communication referencing the relevant solicitation and amendment numbers. The document extends the due date for offers to 1600 on 30 October 2024. Additionally, it specifies that the contractor is not mandated to return signed copies of this amendment. The amendment contains relevant details such as the contract ID, modification number, effective date, and administration code. It emphasizes that except for the changes stated, all other terms of the original solicitation remain in effect. The overall purpose is to ensure clarity and compliance in the submission process, reflecting standard protocol in federal and state/local procurement practices.
    The document outlines the procedures and requirements for acknowledging an amendment related to a federal solicitation. Offers must recognize the receipt of the amendment, which can be done either by completing specific items and returning them or through separate communication that references the amendment numbers. Failure to acknowledge receipt in the designated manner and within the specified timeframe could lead to the rejection of the offer. The document also provides details for contractors, including information on contract modifications and administrative changes without altering the essential terms and conditions. Notably, the due date for offers has been extended to November 28, 2024. This amendment is essential for maintaining compliance in the procurement process and ensuring all parties are informed of updates to the solicitation terms.
    This document is an amendment related to a federal solicitation process, specifically concerning the procedures for acknowledging receipt of the amendment and the submission of offers. It highlights that offers must confirm receipt of the amendment before the specified deadline to avoid rejection. Contractors can acknowledge either by returning specific items or through separate communications referencing the solicitation and amendment numbers. Notably, the document notes that the due date for offers has been extended to January 7, 2025, at 1600 hours. The amendment clarifies that, aside from the changes stated, all other terms of the solicitation or contract remain unchanged. It includes various administrative details such as contract IDs and modification numbers. The main purpose of this document is to ensure clear communication and adherence to procedural requirements necessary for the integrity of the solicitation process, crucial in the realm of government RFPs and contracts.
    This document serves as an amendment to a solicitation issued by NAVSUP Weapon Systems Support, with a focus on the acknowledgment of amendments in the bidding process. Contractors must acknowledge receipt of the amendment by specific means before the set deadline to avoid rejection of their offers. The offer due date has been extended to 1600 hours on February 27, 2025. The file outlines procedural requirements for contractors, including how to submit acknowledgment of the amendment and options for modifying existing offers. It specifies that the terms and conditions of the original solicitation remain unchanged unless detailed in the amendment. This process is crucial for ensuring compliance with federal request for proposals (RFPs) and grant requirements, emphasizing the importance of timely communication and adherence to established protocols in federal contracting.
    This government document outlines the amendment to a solicitation for a Full and Open competition Request for Proposal (RFP) related to the procurement of SWCS Battery Sets. Key provisions include acknowledgment of receipt requirements for amendments, detailed submission guidelines, and clarification on contract terms. The solicitation specifies a maximum total ceiling of $43,760,485 for all years and line items combined, with a focus on Firm Fixed Price Indefinite Delivery Indefinite Quantity (IDIQ) contract awards over five ordering periods. Notable requirements include First Article Tests and Production Lot Testing for the battery sets. The document emphasizes timely submission protocols, the necessity for unique item identification for certain delivered items, and stringent packaging and marking provisions to ensure compliance with military standards. The importance of maintaining quality assurance throughout the contracting process is highlighted, along with the obligation for contractors to protect materials from degradation. Furthermore, the government reserves the right to modify contract terms and conditions, including delivery schedules and compliance mechanisms. This document serves as a critical framework for prospective contractors looking to fulfill government supply needs while adhering to defined quality and performance criteria.
    This document outlines the amendment procedure for federal solicitations and contracts. It specifies that offers must acknowledge receipt of any amendments prior to the designated submission time, utilizing methods such as completing specific items or sending a separate communication referencing relevant solicitation numbers. Failure to submit acknowledgment on time may lead to rejection of the offer. The amendment notes that if a contractor wishes to change an already submitted offer due to the amendment, they may do so through written or electronic communication, again requiring references to the solicitation and amendment details. The document clarifies that the contractor is not required to sign the amendment but must document the necessary changes or acknowledgments. The solicitation number is provided along with an extension of the offer due date to March 3, 2025. The document is structured with specific sections for contract identification, amendment/modification details, and contact information for both the contractor and the contracting officer. Overall, this document serves to inform and guide contractors on acknowledging and responding to amendments within the federal procurement process, ensuring compliance with designated submission timelines.
    The document outlines a Request for Proposal (RFP) for the manufacturing of Shallow Water Combat Submersible (SWCS) Battery Sets for the U.S. Navy. The RFP is designated as full and open competition, with the government intending to award contracts to all technically acceptable offerors capable of meeting the requirements outlined. The contract includes specific evaluation criteria, emphasizing technical proposals and the potential for fair pricing, without evaluation based on cost. The acquisition details the ordering period lasting five years, supported by a guaranteed minimum order in the amount of $250 for initial delivery. It establishes rigorous specifications for the products, quality assurance measures including First Article Testing, and stipulations for both production and subsequent testing. Additionally, the document addresses administrative clauses, including electronic submission processes for payment requests and outlines procedures for order placement under multiple contracts. It emphasizes the need for compliance with various standards, including the prohibition of hazardous materials and maintaining configuration control. This RFP serves as a crucial component of broader government procurement efforts to enhance naval operational capabilities while ensuring consistent supplier performance and regulatory compliance.
    Lifecycle
    Similar Opportunities
    61--BATTERY ASSEMBLY
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support MECH, is seeking to procure 1,366 units of a specific rechargeable battery assembly, identified by NSN 1H-6140-014685954. The procurement is intended to be conducted with a single source under FAR 6.302-1, as the Government does not possess the data or rights necessary to purchase or contract repair from additional sources, making it uneconomical to reverse engineer the part. Interested parties are encouraged to express their interest and capability to meet the requirement within 45 days of this notice, with the primary contact for inquiries being Julie Smith at (717) 605-5805 or via email at JULIE.SMITH2@NAVY.MIL.
    Batteries & Equipment
    Buyer not available
    The U.S. Department of Defense, through the U.S. Special Operations Command (USSOCOM), is seeking proposals for the supply of batteries and related equipment under a total small business set-aside contract. This procurement aims to fulfill specific operational needs by providing non-rechargeable batteries and associated components, emphasizing the importance of these supplies for military operations. Interested vendors, particularly Women-Owned Small Businesses (WOSB), are encouraged to review the solicitation document for detailed requirements, pricing arrangements, and compliance protocols, with submissions due by the specified deadlines. For inquiries, potential bidders can contact Jennifer Thrash at jennifer.k.thrash.civ@socom.mil or Samuel Williams at samuel.williams1@socom.mil.
    61--BATTERY,NONRECHARGE
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking proposals for the procurement of non-rechargeable batteries, classified under the NAICS code 335910 for Battery Manufacturing. This solicitation is set aside for SBA Certified Women-Owned Small Businesses (WOSB) under the FAR 19.15 program, emphasizing the government's commitment to supporting diverse business participation in federal contracting. The batteries are critical for various military applications, ensuring reliable power supply for equipment and systems. Interested vendors should direct any inquiries to the buyer listed in the solicitation document via email at DibbsBSM@dla.mil, and further details can be accessed through the DLA's solicitation portal.
    61--MAIN, 48 AH NI-CAD,
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for the procurement of commercial off-the-shelf (COTS) rechargeable batteries for the P8 aircraft. This procurement aims to secure spare parts using competitive procedures, with the contract awarded to the lowest price technically acceptable (LPTA) offeror. The batteries are critical components for the operational readiness of the aircraft, emphasizing the importance of sourcing from Original Equipment Manufacturers (OEM) or FAA-certified suppliers. Interested vendors must submit their quotes by 4:30 PM EST on the specified closing date, and inquiries can be directed to Destiny N. Wiatr at 215-697-3528 or via email at DESTINY.N.WIATR.CIV@US.NAVY.MIL.
    61--BATTERY SET
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking proposals for the procurement of a battery set, classified under the NAICS code 335910 for Battery Manufacturing. This opportunity is set aside for small businesses, as indicated by the Total Small Business Set-Aside designation under FAR 19.5, and aims to fulfill critical needs for electric wire and power distribution equipment. The selected contractor will play a vital role in ensuring the availability of essential battery systems for defense operations. Interested parties should direct any inquiries to the buyer listed in the solicitation document via email at DibbsBSM@dla.mil, and further details can be accessed through the DLA's DIBBS portal.
    6140015607240 Battery // LTC // Helicopter, Chinook, CH-47
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking suppliers for the procurement of rechargeable batteries, specifically the National Stock Number (NSN) 6140-01-560-7240, for use in Chinook helicopters (CH-47). The contract will involve an estimated annual demand of 4,233 units, with a delivery schedule set for 226 days, and aims to establish a firm-fixed price, indefinite quantity contract lasting up to five years, including options. This procurement is critical for maintaining operational readiness and support for military aviation, with a total contract value projected at $20,690,904. Interested suppliers should direct inquiries to Carol Bucher at carol.bucher@dla.mil, and the solicitation is expected to be available on DLA DIBBS around January 24, 2025.
    61--BATTERY POWER SUPPL
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking proposals for the procurement of battery power supplies under a Combined Synopsis/Solicitation notice. This opportunity is specifically set aside for SBA Certified Women-Owned Small Businesses (WOSB) and falls under the NAICS code 335931, which pertains to Current-Carrying Wiring Device Manufacturing. The goods being sought are critical for electric wire and power distribution equipment, highlighting their importance in supporting military operations. Interested vendors should direct any inquiries to the buyer listed in the solicitation document, and further details can be accessed via the DLA's DIBBS portal.
    MK34 2025 BUILD/FUSE SETTER UNITS
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center (NSWC) Indian Head Division, is seeking proposals from qualified small businesses for the MK34 2025 Build/Fuse Setter Units. This procurement involves the production of specific non-commercial items, including Case Setter Units and Power Supplies, with a focus on adhering to detailed technical specifications and manufacturing standards outlined in the associated documentation. The goods are critical for military applications, ensuring operational readiness and effectiveness in explosive ordnance disposal technologies. Interested vendors must submit their quotes by 09:00 a.m. Eastern Standard Time on March 5, 2025, and are required to have an approved DD Form 2345 and be registered in the System for Award Management (SAM). For further inquiries, potential offerors can contact Amy Anderson at amy.c.anderson2.civ@us.navy.mil.
    61--POWER SUPPLY
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting bids for the procurement of a POWER SUPPLY as part of the AN/SQS-53 Sonar System. The contract requires the manufacture of the power supply, adherence to specific quality standards, and compliance with various military specifications, including MIL-STD-130 for marking and MIL-STD-2000 for soldering. This procurement is critical for maintaining the operational capabilities of naval sonar systems, ensuring reliability and performance in defense applications. Interested vendors must submit their quotes by February 24, 2025, and can direct inquiries to Aaron McFee at 717-605-2706 or via email at AARON.MCFEE@NAVY.MIL.
    61--HVPS
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for the procurement of High Voltage Power Supplies (HVPS) under solicitation number N00383. The requirement includes the furnishing of two units of HVPS, identified by NSN 7RH 6130 016102269 E7 and part numbers 561R301H04 / 1316100G4, which are critical for various naval applications. Interested vendors must ensure they are an approved source prior to award, and if not, must submit the necessary documentation as outlined in the NAVSUP WSS source approval brochure. Proposals are due by March 14, 2025, and should be submitted via email to Peter Kobryn at peter.kobryn@navy.mil. For further inquiries, contact Peter Kobryn at 215-697-4313.