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 Department of the Navy, is seeking multiple contractors for a five-year Multiple Award IDIQ Procurement of Shallow Water Combat Submersible (SWCS) Battery Sets, identified by NSN: 1HM 6140 016310119 VJ. The procurement aims to secure a minimum of six battery sets per contractor, with a potential maximum of 110 sets, adhering to specific technical specifications and military standards, including First Article Testing and compliance with NIST SP 800-171 requirements. These battery sets are critical for military operations, ensuring reliable power supply for advanced submersible vehicles. Interested contractors should note that the anticipated contract value is approximately $45 million, with the offer due date extended to 4:00 PM on October 30, 2024. 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 procurement objective of this RFP is to obtain MK 89 silver-oxide/zinc batteries and their respective components. These batteries are intended for use in the MK 8 Mod 1 SEAL Delivery Vehicle (SDV) and the Shallow Water Combat Submersible (SWCS). The SDV requires 120 cells plus 30 spares, while the SWCS needs 144 cells and 21 spares. The batteries must adhere to NAVSEA drawing 7005527 and meet stringent quality and performance standards. This includes capacity, charging, and environmental requirements, withstanding mechanical shock and vibration tests. The contractor will provide detailed design drawings and written procedures to ensure compliance. First Article Testing (FAT) and Lot Acceptance Testing (LAT) are mandatory, with samples subjected to various inspections and tests, including visual, dimensional, and performance evaluations. The contractor must assemble the batteries into packs and provide filling/maintenance kits. With a focus on quality, the batteries should be free of defects and foreign materials, ensuring reliable operation. The scope of work involves the delivery of battery sets, each containing the specified number of cells, spares, and a filling/maintenance kit. The contractor is responsible for ensuring the batteries meet the outlined standards and drawings. This includes performing FAT and LAT, with testing conducted under specified conditions. The contract details are not explicitly mentioned, but it is a procurement request aimed at securing a capable contractor for battery supply. The evaluation criteria focus on the quality and performance of the batteries, emphasizing compliance with the specified standards, drawings, and testing requirements. Key dates are not provided but will be outlined in the full RFP.
    The procurement objective of this government agency is to acquire sensitive military technology, indicated as containing "Military Critical Technology" (MCT). The request seeks bids from contractors who can provide restricted drawings and documents related to this technology. These materials require careful handling, as indicated by their distribution statement ("D" for limited access) and export control classification. The agency requires a total of three drawing revisions, with two drawing types, likely specializing in different aspects of the technology. This indicates a comprehensive procurement process for intricate and national security-sensitive goods.
    The government seeks to acquire capacity reports on battery sets through this procurement, outlined in the DD Form 1423-1. The focus is on obtaining technical data and manuals adhering to specific military standards and requirements. The data items, categorized under Group II, involve additional work to meet the government's format and content mandates. Contractors will be responsible for delivering administrative copies and managing subsequent submissions, with costs billed using a firm-fixed-price contract mechanism. The requesting office has set key dates for submission, aiming to receive the first batch of reports by the date specified in the form. Evaluation of proposals will likely prioritize the depth of content and alignment with specified standards.
    The government agency seeks to extend the offer due date for a solicitation. The original deadline was insufficient, and an amendment is necessary to provide potential vendors with additional time to submit offers. This modification aims to ensure a more inclusive and competitive process. The offer period is now extended to 1600 hours on May 30, 2024, providing contractors with a clear understanding of the new timeline. Potential vendors are required to acknowledge receipt of this amendment, ensuring their awareness of the changed deadline.
    The primary objective of this procurement amendment is to extend the offer due date for a solicitation. The original deadline was insufficient, and the government agency has decided to provide an extension until 1600 hours on July 1, 2024. This amendment formally communicates this change to potential vendors. Offerors are required to acknowledge receipt of this amendment by the new deadline, using specified methods. It's essential that bidders reference the solicitation number N00104-24-R-FB19 and amendment number when responding. The solicitation itself, which this amendment extends, seeks a contractor to provide unspecified goods or services. Bidders should carefully review the solicitation document and apply this extension amendment to ensure their compliance with the new deadline.
    The primary objective of this amended solicitation is to procure services related to engineering and managing the production of specialized electronic equipment. The focus is on extending the offer due date, now set for 4:00 PM on August 5, 2024. This extension provides potential contractors with additional time to submit their offers. The solicitation seeks a capable contractor to oversee the manufacturing process, ensuring compliance with technical specifications and timely delivery. The government agency emphasizes the importance of acknowledging the amendment's receipt and outlines methods for doing so. Contractors must use the specified forms and include the requisite information in their responses. The amendment does not alter other key aspects of the solicitation, which remain in effect. This includes the requirement for contractors to adhere to strict confidentiality provisions, as well as the contract's accounting and appropriation details. Potential contractors should carefully review the amended solicitation and submit their offers accordingly. This information is provided to ensure potential contractors are aware of the extended deadline and can respond accordingly. The government agency emphasizes the significance of meeting the new deadline and encourages prompt acknowledgment of this amendment.
    The primary purpose of this procurement amendment is to extend the offer due date. The original deadline of 1600 hours on September 1, 2024, is pushed back to 1600 hours on September 15, 2024. This extension provides potential contractors additional time to submit their offers for the solicitation outlined in N00104-24-R-FB19. Offerors are required to acknowledge the receipt of this amendment, and those wishing to change their previously submitted offers can do so by letter or electronic communication, as long as it's received before the new deadline.
    The document outlines the requirements for acknowledging receipt of an amendment to a federal solicitation. It stipulates that offers must be acknowledged prior to the specified deadline to avoid rejection. There are several methods for acknowledgment, including returning specific items of the amendment or sending electronic communication referencing the solicitation and amendment numbers. The amendment details include an extension of the offer due date to 16:00 on October 30, 2024, for solicitation N00104-24-R-FB19, issued by NAVSUP Weapon Systems Support in Mechanicsburg, PA. Furthermore, it confirms that the terms and conditions of the original solicitation remain unchanged except where noted. The document follows prescribed federal regulations and formalities for modifications to contracts, ensuring compliance and proper administrative procedures are upheld. This process is vital for maintaining transparency and integrity in government procurement, enabling potential contractors to submit valid offers based on updated solicitation terms.
    The U.S. Navy seeks multiple contractors for the manufacture and supply of Shallow Water Combat Submersible (SWCS) Battery Sets. The requirement aims to procure a guaranteed minimum of six battery sets per contractor, with potential maximum orders of 110 sets over five years. Contractors must provide a detailed statement of their production capacity and capabilities. The SWCS Battery Sets must adhere to specific technical drawings and procurement specifications, including First Article Testing. Contractors are responsible for providing operating instructions and spare parts support. Orders will be placed via delivery, with pricing evaluated for each order. The RFP includes provisions for contractor compliance with NIST SP 800-171 requirements for safeguarding covered defense information. Offerors are required to submit firm-fixed prices and will be evaluated based on factors like delivery lead time, facility capability, past performance, and small business utilization. The Navy intends to award contracts to multiple technically acceptable offerors. Key dates include a bid opening date of / and a contract award date of /. Evaluations will consider cost, with awards expected to range between $250 and $45 million.
    Lifecycle
    Similar Opportunities
    61--SWCS BATTERY SET
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for the procurement of the SWCS Battery Set, classified under NAICS code 335910 for Battery Manufacturing. The contract will require the manufacture or refurbishment of battery sets, with specific quality assurance and testing requirements, including First Article Testing (FAT) and Production Lot Testing to ensure compliance with government standards. This procurement is critical for national defense applications, and the awarded contract will be a Firm Fixed Price type, with proposals evaluated based on technical acceptability and pricing. Interested contractors should submit their proposals, including the required documentation, to Tiana Hammaker at TIANA.HAMMAKER@NAVY.MIL by the specified deadline, with further details available in the solicitation documents.
    61--BATTERY,STORAGE
    Active
    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 6140016644414, intended for delivery to the USS Makin Island (LHD 8). The procurement includes five line items, each requiring one unit to be delivered within 20 days after order (ADO). These batteries are critical for the operational readiness of naval vessels, ensuring reliable power supply for various onboard systems. Interested vendors must submit their quotes electronically, as hard copies of the solicitation will not be available, and all inquiries should be directed to the DLA via email at DibbsBSM@dla.mil.
    61--BATTERY,STORAGE
    Active
    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 NSN 6140015129888. The requirement includes multiple delivery lines for various U.S. Navy vessels, with a total of eight distinct delivery points, all to be fulfilled within 140 days after order. These batteries are critical for the operational readiness of naval ships, ensuring reliable power supply for various onboard systems. Interested small businesses are encouraged to submit their quotes electronically, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil, as hard copies of the solicitation will not be available.
    CASE,BATTERY ASSEMBLY, Proj CL23082030
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking proposals for a firm fixed price, indefinite delivery indefinite quantity (IDIQC) contract for the CASE, BATTERY ASSEMBLY (NSN: 6160-014925650). The procurement aims to establish a long-term contract lasting up to five years, with a maximum value of $974,687.04, specifically targeting small businesses under a Total Small Business Set-Aside. This item is crucial for military operations, and the government intends to solicit under FAR Part 15, emphasizing the importance of competitive negotiation. Interested vendors should prepare for the solicitation release on or about September 16, 2024, and may contact Michael Allen at michael.2.allen@dla.mil or 614-692-3248 for further inquiries.
    61--BATTERY,STORAGE
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of 77 units of storage batteries, identified by NSN 6140011434884. The batteries are intended for delivery to DLA Distribution Cherry Point within 220 days after order placement, with the procurement set aside for total small businesses under FAR 19.5. These batteries are critical components for various military applications, ensuring reliable power supply for equipment and operations. Interested vendors should submit their quotes electronically, and for any inquiries, they can contact the buyer via email at DibbsBSM@dla.mil.
    61--BATTERY POWER SUPPL
    Active
    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 Supply (NSN 6130016095733) under a Total Small Business Set-Aside. The contract will involve an estimated quantity of 512 units, with a guaranteed minimum of 76 units, and is expected to result in an Indefinite Delivery Contract (IDC) with a term of one year or until the total orders reach $250,000. These battery power supplies are critical for various military applications, and items will be shipped to multiple DLA depots both within the continental United States and overseas. Interested vendors must submit their quotes electronically, and for any inquiries, they can contact the buyer via email at DibbsBSM@dla.mil. The solicitation will be available online, and hard copies will not be provided.
    Evaluation, Overhaul, and New Manufacture of MK-82 and AN/SPS Motors
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center Crane Division, is seeking contractors for the evaluation, overhaul, and new manufacture of MK-82 and AN/SPS-49 Direct Current Motors. The procurement aims to secure services for two specific part numbers, emphasizing the need for technical data requirements and configuration management in the overhaul and manufacturing processes. These motors are critical components in naval defense systems, and the contract will be structured as an Indefinite-Delivery-Indefinite Quantity (IDIQ) arrangement, with a minimum contract value of approximately $16.47 million over a five-year period. Interested parties must submit their proposals by the extended deadline of September 26, 2024, and can direct inquiries to Susan Eckerle at susan.k.eckerle.civ@us.navy.mil or by phone at 812-381-7159.
    61--BATTERY,STORAGE
    Active
    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 6140014917935. The requirement includes a total of 64 units to be delivered to DLA Distribution San Joaquin within 120 days after order, along with an additional single unit to be delivered within 60 days after order. These batteries are critical for various military applications, ensuring reliable power supply for equipment and operations. Interested vendors are encouraged to submit their quotes electronically, and any inquiries regarding the solicitation should be directed to the buyer via email at DibbsBSM@dla.mil.
    61--BATTERY,STORAGE
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of 200 units of storage batteries, specifically NSN 6140016175388. This solicitation is a Total Small Business Set-Aside, aimed at ensuring that small businesses can compete for this opportunity, which is critical for various military applications requiring reliable power storage solutions. Interested vendors must submit their quotes electronically, as hard copies will not be provided, and all submissions should be directed to the buyer listed in the solicitation document. For further inquiries, potential bidders can contact the DLA via email at DibbsBSM@dla.mil, with the deadline for quotes set for five days after the award date.
    61--BATTERY,STORAGE
    Active
    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 6140004014956, with a total quantity of 871 units required for delivery to DLA Distribution San Joaquin. This procurement is critical for ensuring the operational readiness of military equipment that relies on reliable power sources. The solicitation is classified as a Request for Quotation (RFQ) and is available electronically, with no hard copies provided; all responsible sources are encouraged to submit their quotes electronically by the specified deadline. For inquiries, interested parties can contact the buyer via email at DibbsBSM@dla.mil.