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
  1. 1
    Posted Apr 10, 2024, 12:00 AM UTC
  2. 2
    Updated Mar 10, 2025, 12:00 AM UTC
  3. 3
    Due Mar 18, 2025, 8:00 PM UTC
Description

The Department of Defense, through the Department of the Navy's NAVSUP Weapon Systems Support, is soliciting proposals for the procurement of Multiple Award Indefinite Delivery Indefinite Quantity (IDIQ) contracts for Shallow Water Combat Submersible (SWCS) Battery Sets, identified by NSN: 1HM 6140 016310119 VJ. The procurement aims to secure rechargeable batteries essential for military operations, emphasizing compliance with rigorous quality assurance measures, including First Article Testing and Production Lot Testing. This initiative is critical for enhancing naval operational capabilities, with a total ceiling of $43,760,485 for all contract years and line items combined. Interested contractors must acknowledge receipt of amendments and submit their proposals by 1600 hours on March 18, 2025, with inquiries directed to 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
Mar 10, 2025, 4:05 PM UTC
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.
Mar 10, 2025, 4:05 PM UTC
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.
Mar 10, 2025, 4:05 PM UTC
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.
Mar 10, 2025, 4:05 PM UTC
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.
Mar 10, 2025, 4:05 PM UTC
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.
Mar 10, 2025, 4:05 PM UTC
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.
Mar 10, 2025, 4:05 PM UTC
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.
Mar 10, 2025, 4:05 PM UTC
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.
Mar 10, 2025, 4:05 PM UTC
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.
Mar 10, 2025, 4:05 PM UTC
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.
Mar 10, 2025, 4:05 PM UTC
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.
Mar 10, 2025, 4:05 PM UTC
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.
Mar 10, 2025, 4:05 PM UTC
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.
Mar 10, 2025, 4:05 PM UTC
This government document outlines the procedures for acknowledging amendments to a solicitation or modification of a contract. It specifies that offers must recognize receipt of amendments by a designated date and time, advising that failure to do so may lead to rejection of the offer. Acknowledgment can be accomplished in various ways, including completing specific items on the form or via electronic communication. Notably, the document states that signing is not mandatory for contractors, highlighting specific sections related to contract modifications and amendments. Additionally, it announces an extension of the offer due date to March 10, 2025, and provides relevant administrative data needed to finalize submissions. Overall, the document serves to ensure that all parties involved in the solicitation process are informed of necessary amendments and comply with stipulated guidelines, reinforcing the operational integrity of federal RFPs and contract modifications.
Mar 10, 2025, 4:05 PM UTC
This document is an amendment related to a federal solicitation, specifically noting modifications to the receipt and acknowledgment procedures for offers. Contractors must acknowledge receipt of this amendment by specific methods, including completing designated forms or electronic communication before the specified deadline. Failure to do so could result in rejection of the offer. The amendment instructs that if a vendor wishes to change a previously submitted offer due to this amendment, they may do so via letter or electronic communication, referencing both the solicitation and the amendment. Additionally, this document clarifies that the contractor is not required to sign and return copies. Notably, the due date for offers has been extended to 1600 on March 18, 2025, under the oversight of NAVSUP Weapon Systems Support. The amendment reiterates that aside from the changes noted, all other terms remain unchanged and in effect. This document is part of standard procedures for managing federal grants and RFPs, ensuring compliance and clarity in communication between contracting authorities and vendors.
Mar 10, 2025, 4:05 PM UTC
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
Title
Type
Solicitation
Similar Opportunities
61--BATTERY ASSEMBLY
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of Battery Assemblies, specifically NSN 6140014538592, for the USS George Washington (CVN 73). The requirement includes four lines, each requesting two units to be delivered within 60 days after order (ADO). These battery assemblies are critical for the operational readiness of naval vessels, ensuring reliable power distribution for various onboard systems. Interested vendors must submit their quotes electronically, as hard copies of the solicitation are not available, and all inquiries should be directed to the DLA via email at DibbsBSM@dla.mil.
BATTERY, STORAGE
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking proposals for a long-term Indefinite Quantity Contract for the acquisition of storage batteries, specifically under solicitation number SPE7LX25R0030. This contract aims to provide DLA Direct replenishment coverage in support of military depots, with a base period of three years and an option for an additional year, totaling a potential four-year commitment. The selected contractor will be responsible for supplying batteries classified under the National Stock Number (NSN) 6140016106102, with an estimated yearly quantity of 2,374 units. Interested parties should contact Matthew Stein at (445) 737-2692 or via email at Matthew.Stein@dla.mil for further details, and must be prepared to engage in a Reverse Auction process as part of their proposal submission. The solicitation will be available online starting April 16, 2025.
6135-00-883-9024 TU44
Buyer not available
The Department of Defense, specifically the Department of the Navy, is soliciting bids for the procurement of the 6135-00-883-9024 TU44 seawater-activated battery. This opportunity involves the supply of non-rechargeable batteries, with competitive drawings available for interested vendors, although they are not provided on CD or in paper format. These batteries are critical for various naval applications, emphasizing the importance of reliable power sources in maritime operations. Interested parties should reach out to Alison Maine at alison.maine@navy.mil for further details, as no funding amount or specific deadlines have been provided in the listing.
MATERIAL HANDLING EQUIPMENT (MHE), MOR, HYSTER REACH TRUCK BATTERY
Buyer not available
The Department of Defense, through the Military Sealift Command, is seeking quotations for a specialized Hyster Reach Truck VRLA battery under solicitation number N3220525Q2261. The procurement requires a maintenance-free, 36V, 735Ah battery that fits the Hyster N45ZR2 Reach Truck, with specific dimensions and weight requirements to ensure compatibility and operational efficiency. This battery is critical for maintaining the functionality of existing material handling equipment, emphasizing the importance of standardization and safety in military operations. Interested vendors must submit their quotations, including pricing and technical specifications, by the designated deadline, with delivery expected by September 2, 2025, to a military warehouse in Norfolk, Virginia. For further inquiries, contact Alec M. Ferralli at alec.m.ferralli.civ@us.navy.mil or Tommy Hale at tommy.a.hale.civ@us.navy.mil.
BATTERY NIMH,HI CAP
Buyer not available
The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting proposals for the procurement of Nickel-Metal Hydride (NiMH) batteries. This opportunity is aimed at acquiring rechargeable batteries, which are critical for various defense applications, ensuring operational readiness and efficiency. The procurement will adhere to strict quality assurance and inspection requirements, with specific documentation and compliance standards outlined in the solicitation. Interested vendors can reach out to Taylor Bloor at 717-605-7990 or via email at TAYLOR.BLOOR@NAVY.MIL for further details, with proposals expected to comply with the outlined technical specifications and submission timelines.
61--BATTERY ASSEMBLY
Buyer not available
The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support MECH, is soliciting proposals for the assembly of batteries under the title "61--BATTERY ASSEMBLY." This procurement aims to secure rechargeable batteries, classified under NAICS code 335910 and PSC code 6140, which are critical for various defense applications. The selected contractor will be responsible for ensuring the quality and reliability of the battery assemblies, which play a vital role in supporting military operations. Interested parties can reach out to Julie Smith at 717-605-5805 or via email at JULIE.SMITH2@NAVY.MIL for further details regarding the solicitation process.
61--BATTERY,STORAGE
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of storage batteries, specifically NSN 6140016787176, with a total quantity of 3,300 units required for delivery. This procurement is a Total Small Business Set-Aside, aimed at supporting small businesses in the battery manufacturing industry, which plays a critical role in supplying power distribution equipment. 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 buyer via the provided email address, DibbsBSM@dla.mil. The solicitation is expected to be available shortly, with a delivery timeline of 330 days after order placement.
61--BATTERY,NONRECHARGE
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of non-rechargeable batteries, specifically NSN 6135014612915. The requirement includes the delivery of 71 units across three lines to the DLA Distribution Depot Hill, with a delivery timeline of 166 days after order placement. These batteries are critical components for various military applications, ensuring reliable power supply for equipment. Interested vendors must 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 are not available.
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 supply 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, they 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.
5940-3 YEAR REQUIREMENTS CONTRACT INCLUDING TWO 1 YEAR OPTIONS. REQUIREMENT CONTAINS 57 NIINS, SOLE SOURCED TO DRS NAVAL POWER SYSTEMS (27192).
Buyer not available
The Department of Defense, specifically the Department of the Navy, is seeking proposals for a three-year requirements contract with two one-year options for the manufacture of 57 National Item Identification Numbers (NIINs), which are sole-sourced to DRS Naval Power Systems. This procurement is critical for supplying various electrical and mechanical components essential for military applications, including transformers, relays, and circuit protection devices, as detailed in the associated NIIN list. Interested suppliers must submit their proposals in accordance with the solicitation number N00104-22-R-B001, and can obtain the solicitation by contacting Amber Long at AMBER.C.LONG3.CIV@US.NAVY.MIL or by phone at 717-605-4657. Proposals must be completed and submitted prior to the specified closing date, and government source inspection will be required.