61--Battery Packs
ID: 1333MJ25Q0004Type: Combined Synopsis/Solicitation
Overview

Buyer

COMMERCE, DEPARTMENT OFNATIONAL OCEANIC AND ATMOSPHERIC ADMINISTRATIONDEPT OF COMMERCE NOAAKANSAS CITY, MO, 64106, USA

NAICS

Battery Manufacturing (335910)

PSC

BATTERIES, NONRECHARGEABLE (6135)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Jan 13, 2025, 12:00 AM UTC
  2. 2
    Updated Jan 13, 2025, 12:00 AM UTC
  3. 3
    Due Jan 20, 2025, 10:00 PM UTC
Description

The Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), is seeking proposals for the procurement of moored autonomous pCO2 battery packs to support data collection from surface seawater in a MAPCO2 mooring system. The requirement includes a total of 19 alkaline batteries, specifically 15 units of PMEL pCO2-05-01 and 4 units of PMEL pCO2-05-03, with a delivery deadline set for March 15, 2025. This procurement is vital for enhancing NOAA's oceanic monitoring and environmental research capabilities, ensuring reliable power sources for critical monitoring equipment. Interested small businesses must submit their proposals in accordance with the specified guidelines, and can direct inquiries to Weiming Tan at WEIMING.TAN@NOAA.GOV.

Point(s) of Contact
Files
Title
Posted
Jan 13, 2025, 4:05 PM UTC
PMEL seeks to procure moored autonomous pCO2 battery packs for use in a MAPCO2 mooring system intended for surface seawater data collection. This program, initially launched in 2004, has expanded to include various coastal and open ocean sites. The request specifies the need for two types of 14.4V/11.2V alkaline batteries with specific part numbers: 15 of PMEL pCO2-05-01 and 4 of PMEL pCO2-05-03. Delivery is required by March 15, 2025, with shipping instructions indicating pallets as the preferred method. This procurement reflects PMEL's commitment to advancing oceanic monitoring and environmental research through updated and reliable power sources for its monitoring equipment.
Jan 13, 2025, 4:05 PM UTC
This document outlines a combined synopsis/solicitation for the procurement of specific battery packs under RFQ Number REQUIREMENTS-25-1381, designed for small businesses and compliant with the Buy American Act. The items required include 14.4V/11.2V alkaline batteries, with specific quantities and connectors specified for each type. Delivery is requested by March 15, 2025, to the Pacific Marine Environmental Laboratory in Seattle, WA. Quotations must adhere strictly to the provided format and guidance, including specifications, pricing, and mandatory registration in the System for Award Management (SAM). Non-responsive offers may be excluded. The evaluation will consider both the specification sheets and pricing, with an intention to award a low-priced, technically acceptable purchase order. Key provisions include compliance with federal regulations related to procurement, as well as clauses addressing issues such as whistleblower rights and the prohibition of certain telecommunications services and equipment. The document emphasizes the need for complete and timely submissions, establishing a clear timeline for inquiries and quote submissions. This solicitation reflects governmental efforts to procure essential equipment while ensuring compliance with legal and regulatory standards applicable to small businesses.
Jan 13, 2025, 4:05 PM UTC
The file outlines specifications for the MOored CO2 Battery Pack designed for NOAA's pCO2 moorings, focusing on two configurations: a Regular Pack (PMEL p/n CO2-05-01) and a Large Pack (PMEL p/n CO2-05-03). Key requirements include air freight shippability, with each pack weighing no more than 150 lbs, and an operational temperature range between -10 to 35 degrees Celsius. The battery dimensions must not exceed 5.5 inches in diameter and 26 inches in length. The construction mandates the use of 22 AWG or thicker stranded wire, with specific connection methods and component specifications. Noteworthy technical details include the arrangement of cells, voltage outputs (14.4V for CPU and 11.2V for Iridium sections), and the necessity for all diodes to be accessible for testing. Contacts for the project are provided, emphasizing the collaborative effort within NOAA. Overall, the document serves as a comprehensive technical guideline for battery pack specifications relevant to governmental contracts and grant applications aimed at enhancing ecological monitoring systems.
Jan 13, 2025, 4:05 PM UTC
The document pertains to an amendment of a solicitation identified by the number 1333MJ25Q0004, which involves modifications to an existing contract or order. The primary purpose of this amendment is to update the solicitation by incorporating a Total Small Business Set-Aside. Respondents must acknowledge receipt of this amendment in specified ways, including through letters, electronic communication, or by signing copies of the offer. It emphasizes that failure to acknowledge receipt by the specified deadline could lead to the rejection of offers. The document also outlines procedural changes and administrative updates, indicating conditions under which a contractor may or may not be required to sign the amendment. The overall intent is to ensure compliance with regulations and facilitate proper contract management in federal funding contexts, specifically focusing on small business opportunities within the procurement process. The amendment underscores continued adherence to the initial contract terms while facilitating necessary updates to enhance participation from small businesses.
Jan 13, 2025, 4:05 PM UTC
The document is a Request for Proposal (RFP) for the purchase of battery packs, specifically two types of 14.4V/11.2V alkaline batteries, with a total quantity of 19 units required by March 15, 2025. The solicitation includes provisions for firm-fixed-price contracting, operating under the Standards for Small Businesses, and outlines specific guidelines for submission and evaluation of offers. Key requirements include that offerors must submit their proposals in a specified format, provide registration details from the System for Award Management (SAM), and adhere to various clauses under the Federal Acquisition Regulation (FAR) that govern procurement activities. The contract includes a rating system based on specifications and price comparisons, stressing that the government seeks technically acceptable offers at the lowest price. Furthermore, suppliers must disclose compliance with laws regarding telecommunications equipment, potential employment status disclosures, and environmental regulations. This RFP reflects standard government procedures aimed at ensuring fairness, transparency, and adherence to regulations in acquiring the necessary supplies to meet federal standards and requirements.
Lifecycle
Title
Type
61--Battery Packs
Currently viewing
Combined Synopsis/Solicitation
Similar Opportunities
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.
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 under solicitation number NSN 6140016772079. The requirement includes multiple delivery lines for various U.S. Navy vessels, with specific quantities and delivery timelines set at 60 days after order (ADO) for each line item. These batteries are critical for the operational readiness of naval ships, ensuring reliable power supply for essential systems. Interested vendors are encouraged to submit their quotes electronically, and any inquiries should be directed to the DLA at DibbsBSM@dla.mil, as hard copies of the solicitation will not be provided.
Safe Lithium-Ion Battery Development
Buyer not available
The Department of Energy, through the Naval Nuclear Laboratory (NNL) operated by Fluor Marine Propulsion LLC, is soliciting proposals for the development of a lithium-ion battery system intended as a backup energy storage solution capable of providing 2.4 MWh of usable energy. The project aims to create a battery that ensures safety and operational integrity during various casualty scenarios, emphasizing the need for robust design features that prevent cascading failures and maintain functionality under emergency conditions. This initiative is critical for advancing battery technology within government requirements, with proposals due by April 7, 2025, and funding decisions expected by October 2025. Interested vendors should direct inquiries to Chris M. Smith at ATIP@unnpp.gov and are encouraged to participate in an information session on February 27, 2025, to clarify any questions regarding the RFP.
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.
NOAA SHIP FAIRWEATHER OILYWATER PUMPOUT
Buyer not available
The National Oceanic and Atmospheric Administration (NOAA) is seeking qualified vendors to provide oily water pump-out services for the NOAA Ship Fairweather at the Ketchikan Pier Facility in Alaska. The procurement involves the removal and disposal of approximately 2,500 gallons of oily water, 300 gallons of used oil, and 100 pounds of oily rags, with services required between April 7 and April 22, 2025. This opportunity is categorized under NAICS code 488310 and is set aside for small businesses, emphasizing the government's commitment to fostering economic diversity in federal contracting. Interested vendors must submit their quotes electronically by April 8, 2025, including detailed pricing and compliance with federal labor standards, to Alexander.Cancela@noaa.gov.
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.
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 6135011426456, with a total quantity of 2,393 units required for delivery to DLA Distribution Depot Hill within 30 days after order (ADO). This procurement is crucial for ensuring the availability of reliable power sources for military equipment and operations. The solicitation is a total small business set-aside, and all responsible sources are encouraged to submit their quotes electronically, as hard copies will not be provided. Interested parties should direct any questions to the buyer via email at DibbsBSM@dla.mil, and the solicitation can be accessed through the DLA's DIBBS website.
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.