Battery Shelters
ID: FA465925QZ018Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4659 319 CONS PKGRAND FORKS AFB, ND, 58205, USA

NAICS

Prefabricated Metal Building and Component Manufacturing (332311)

PSC

PREFABRICATED AND PORTABLE BUILDINGS (5410)

Set Aside

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

    The Department of Defense, through the Department of the Air Force, is soliciting quotes for the design, delivery, and installation of prefabricated lithium battery charging and storage shelters at Grand Forks Air Force Base in North Dakota. The project requires contractors to provide a portable charging shelter and a storage shelter that meet specific safety and operational guidelines, including fire-rated walls, adequate ventilation, and emergency procedures, with a mandatory delivery timeline of 180 days post-contract award. This procurement is critical for enhancing the operational safety and efficiency of lithium battery management at the air base. Interested small businesses must submit their quotes by May 15, 2025, and direct inquiries to SSgt Luis Lopez-Rosales at luis.lopez-rosales@us.af.mil or TSgt Angelo Cabuang at angelomykael.cabuang.1@us.af.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines the Statement of Work (SOW) for the design, construction, testing, and certification of Lithium Battery Storage and Charging Shelters at Grand Forks Air Force Base. The contractor is required to deliver a comprehensive layout, including all necessary personnel, parts, and materials, within 180 days of contract award. The shelters must meet specific size and design criteria according to the UFC 3-520-05 standards. Key responsibilities include system delivery, testing, certification, and government acceptance, with clear stipulations for quality, repair, and re-performance of nonconforming supplies. The contractor must ensure compliance with all safety regulations, manage subcontractor performance, maintain cleanliness and security at the work site, and provide necessary training and documentation. The contractor is also required to manage personnel effectively, maintain safety protocols, and report incidences promptly. Additional support includes ensuring proper communication, managing subcontractor integration, and following government-furnished materials guidelines. Deliverables include design submissions, bill of materials, and final acceptance documents. Overall, the SOW emphasizes the integration of safety, quality assurance, and adherence to military requirements throughout the project lifecycle.
    The document outlines federal contract clauses incorporated by reference for a Request for Proposals (RFP) for the Department of Defense (DoD). It covers a wide range of clauses including requirements related to compensation of former DoD officials, safeguarding covered defense information, whistleblower rights, and compliance with federal acquisition regulations. Key clauses discussed include 252.211-7003 concerning unique item identification, 252.232-7006 related to electronic invoice processing through Wide Area Workflow (WAWF), and evaluations criteria for proposals focusing on price and technical acceptability. Additional provisions emphasize compliance with various socio-economic programs, including support for small businesses and restrictions on business operations with certain countries or regimes, notably the Maduro regime and specific activities in the Uyghur Autonomous Region. The document serves as a comprehensive guide for contractors regarding compliance, reporting requirements, and the responsibilities involved in managing federal contracts. It aims to ensure transparency, accountability, and security in government procurement processes while promoting ethical business practices.
    The Statement of Work outlines the requirements for the design, delivery, testing, and certification of a Charging Shelter and Lithium Battery Storage Shelter at Grand Forks Air Force Base. The contractor is responsible for providing all necessary personnel, equipment, and materials, with a mandatory delivery timeline of 180 days post-contract award. The charging shelter must be portable, with specific size limits and safety features, including fire-rated walls between charging stations, adequate ventilation systems, and emergency procedures. The storage shelter must also follow strict guidelines, ensuring separated charging and storage rooms, fire-rated enclosures for batteries, and emergency exhaust systems. The project includes the delivery and installation of the shelters, which needs coordination with the base’s flight line management. System testing and government acceptance are critical, with contractors required to rectify deficiencies at no extra cost. The document mandates adherence to safety, security, and health regulations, with provisions for subcontractor management and necessary training for personnel. The overarching goal is to ensure operational safety and efficiency in managing lithium battery operations at the air base.
    The Statement of Work (SOW) outlines requirements for the design, delivery, and certification of Charging Shelters and Lithium Battery Storage at Grand Forks Air Force Base. The contractor must provide materials, personnel, and support to complete this project within 180 days of contract award. Key specifications include compliance with UFC 3-520-05 for lithium-ion battery storage, shelter dimensions not exceeding 18’ in width, 12’ in depth, and 10’ in height. Each charging station requires specific safety features like fire-rated walls, adequate ventilation, and an emergency exhaust system. The shelters must ensure safe isolation between charging areas and battery storage, with mandated ventilation rates and monitoring systems for volatile organic compounds and ambient conditions. The contractor is responsible for thorough testing, ensuring equipment conformity, and managing subcontractor performance, all while adhering to safety regulations and timely communication for site access. The document emphasizes the importance of safety, compliance with federal standards, and effective management, forming part of a broader effort to enhance military infrastructure involved in energy storage and charging systems.
    The Statement of Work for the AMXS Battery Charging & Storage Shelters at Grand Forks Air Force Base outlines the requirements for the design, delivery, testing, and certification of prefabricated Lithium Battery Charging and Storage Shelters. The contractor is expected to produce a fully operational shelter within 180 days and ensure compliance with relevant UFC standards. The specifications highlight fire safety measures, including fire-rated walls, dedicated ventilation systems, VOC detectors, and emergency exhaust options, ensuring adequate airflow and temperature control. The shelter’s structure must not exceed specific dimensions and must facilitate the charging of lithium batteries in a safe, regulated environment. Critical tasks include managing materials and resources for construction, electrical connections, and conducting thorough testing and training before final government acceptance. The contractor's responsibilities also detail adherence to safety, environmental regulations, and effective subcontractor management to ensure project timeliness and quality. Overall, adherence to stringent safety protocols and regulatory compliance throughout the project is emphasized, reflecting the mission-critical nature of the installations for military operations.
    This document, General Decision Number ND20250014, outlines wage determinations for federally funded building construction projects in Grand Forks County, North Dakota, governed by the Davis-Bacon Act. It specifies minimum wage requirements under Executive Orders 14026 and 13658, which mandate hourly wages of at least $17.75 or $13.30 for certain contracts, adjusted annually. The file enumerates various classifications of labor with respective wage rates and fringe benefits for workers such as boilermakers, electricians, and carpenters, along with provisions for contractors regarding worker protections, particularly sick leave under Executive Order 13706. It also details the appeals process for wage determinations, indicating the protocol for requesting reviews and reconsideration of decisions from the Wage and Hour Division of the U.S. Department of Labor. The document serves to inform contractors of their obligations and ensure fair wage practices in federal construction projects.
    The document addresses inquiries related to the Request for Quotation (RFQ) for the installation of battery shelters at a government facility, with a due date now extended to May 15, 2025. Key clarifications include that the government will provide utilities such as electricity, while contractors are responsible for final hookups. No telecommunications wiring is required. A concrete pad and wall will be established by the government before shelter installation, and an electrical transformer will also be provided. The fire alarm system requirement has been eliminated. The document indicates a consideration for extending the period of performance (PoP) based on contractors' needs for design and site work, with a potential adjustment of 30 days to the initial timeline. Inclement weather may further extend the performance period. Additionally, there are no prior models of the shelter, but concept designs are provided in the Statement of Work. Overall, this Q&A outlines significant changes and expectations to ensure a clear understanding of responsibilities for the contractors involved in the project.
    The government file outlines a Request for Proposal (RFP) for the delivery and installation of Battery Storage/Charging Shelters at Grand Forks AFB, ND. The contractor is tasked with providing prefabricated lithium battery storage and charging shelters compliant with UFC 3-520-05 guidelines. The specifications include shelter dimensions, weight, and capacity requirements, along with intricate safety features for both charging and storage stations. Key requirements for charging stations include air circulation, exhaust systems, VOC detectors, and emergency procedures. The storage stations must adhere to similar ventilation and safety standards. The installation requires the shelters to maintain specific environmental conditions, including ambient temperature and fire safety measures. This project emphasizes safety, compliance, and technological advancement in handling lithium batteries, aligning with federal standards. Overall, it reflects the government's commitment to enhancing energy infrastructure while ensuring safety and adherence to regulatory requirements.
    The memorandum from the 319th Contracting Squadron at Grand Forks Air Force Base announces an amendment to Solicitation FA465925QZ018 for battery shelters. The due date for quotes has been extended from May 5, 2025, to May 15, 2025, with supplementary changes made to the statement of work, specifically requiring the shelters to be portable and removing references to copper/fiber telephone wiring and fire alarms. This solicitation is a total small business set-aside and falls under NAICS code 332311. Interested vendors must submit quotes that include pricing for prefabricated lithium battery shelters, with specific dimensions and capacities outlined in the documentation. Delivery must occur within 180 days of award, and quotes must be valid until October 1, 2025. To qualify, vendors must be registered in the System for Award Management (SAM) and must comply with specified technical and price requirements. The award will be based on the lowest priced technically acceptable offer, emphasizing compliance with the statement of work. The overview indicates a structured approach to federally solicited contracts, ensuring fair competition among small businesses while aligning with federal procurement regulations.
    The Department of the Air Force, through the 319th Contracting Squadron, issued Amendment 3 for Request for Quote (RFQ) FA465925QZ018 regarding Battery Shelters. This amendment updates the Statement of Work (SOW) version, clarifying requirements for prefabricated lithium battery charging and storage shelters. It establishes that technical offers will be evaluated on a Lowest Price Technically Acceptable (LPTA) basis, prioritizing the lowest priced quote that meets or exceeds technical standards. Offerors are required to submit a 35% design solution, and must have active registration with the System for Award Management (SAM) and comply with Wide Area Workflow (WAWF) for invoicing. Quotes, including delivery terms and shipping costs, are due by May 15, 2025, while inquiries must be submitted by April 25, 2025. The document emphasizes the importance of adhering to instructions for submission to ensure timely evaluation. Additional provisions and clauses applicable to the acquisition, along with relevant attachments, are included to guide potential offerors. This solicitation is designed as a total small business set aside, with the NAICS code 332311 specified for the intended supplier category.
    The Department of the Air Force, through the 319th Contracting Squadron at Grand Forks Air Force Base, has issued a Request for Quotation (RFQ) for prefabricated lithium battery shelters as part of a total small business set aside initiative. The solicitation includes specifications for two types of shelters, each requiring specific dimensions, capacities, and weights, along with delivery and installation within 180 days of contract award. All quotes must remain valid through October 2025. Interested offerors must register in the System for Award Management (SAM) and comply with outlined requirements, including submitting a price and technical acceptability proposal. Evaluation will employ a Lowest Price Technically Acceptable (LPTA) methodology, ensuring that offers meet the Statement of Work standards, with a competitive assessment of pricing. Questions regarding the solicitation are due by April 18, 2025, and quotes are to be submitted by May 5, 2025. The document outlines specific provisions, clauses, and submission instructions to ensure compliance and validity in the procurement process, marking it as a structured, transparent government contracting effort for specialized shelter solutions.
    The Department of the Air Force's 319th Contracting Squadron has issued Amendment 1 to Request for Quotation (RFQ) FA465925QZ018 for battery shelters, extending the due date for vendor questions to April 29, 2025, and adjusting attached documents and provisions. This solicitation, part of a small business set-aside, outlines the requirement for prefabricated lithium battery charging and storage shelters, including delivery and installation. Vendors must provide total pricing, confirm registration with the System for Award Management (SAM), and adhere to specified submission guidelines. The evaluation will focus on Lowest Price Technically Acceptable (LPTA) criteria, considering both price reasonableness and technical acceptability based on a design solution. Offerors are required to submit comprehensive price and technical breakdowns to be considered for award. Final submissions are due by May 5, 2025, indicating the competitive nature of the bidding process. The amendment emphasizes the government's preference to award without further discussion and insists on compliance with all solicitation requirements for successful vendor engagement.
    The United States Air Force, via the 319 Contracting Squadron at Grand Forks AFB, is conducting a sources sought synopsis to identify potential suppliers, particularly small businesses, for prefabricated lithium battery storage and charging shelters, as detailed in Request for Proposal FA465925QZ018. The acquisition encompasses three key components: prefabricated lithium battery storage shelters (10'H x 16'W x 12'D, 393 gallons, 17,200 lbs), prefabricated lithium battery charging shelters (10'H x 18'W x 12'D, 816 gallons, 19,000 lbs), and associated delivery/shipping requirements. The government invites firms to submit their capability statements, including organizational and contact information, while specifying their business size and socio-economic status. The shelters must adhere to specialized design and operational requirements, ensuring safety through proper ventilation, fire-rated construction, and emergency exhaust systems. The deadline for responses is March 13, 2025. The document emphasizes that no solicitation commitment exists at this stage and any submission is voluntary, with responses potentially influencing whether the contract will be set aside for small businesses or opened to broader competition. Adherence to regulations and registration in the System for Award Management (SAM) is mandatory for potential contractors.
    The Unified Facilities Criteria (UFC) 3-520-05 outlines design criteria for stationary and mission batteries, aimed at providing safety and operational efficiency for Department of Defense (DoD) projects. This document, established by the U.S. Army Corps of Engineers, Naval Facilities Engineering Command, and the Air Force Civil Engineer Center, replaces the previous UFC 3-520-05 from 2008. Key objectives include ensuring compliance with safety standards, effective layout for battery installations, and addressing multi-discipline requirements concerning architectural, electrical, mechanical, and fire protection systems. The UFC specifies that stationary batteries must be designed to minimize risks associated with hydrogen gas emissions while maintaining operational integrity. Additionally, the document provides guidelines for lithium batteries used in military applications, emphasizing the need for proper storage and emergency ventilation systems. This UFC also includes safety protocols for different battery types, architectural requirements for installation, and mandatory compliance with relevant NFPA standards. Ultimately, UFC 3-520-05 serves as a comprehensive reference for engineers and contractors involved in the management and construction of battery facilities within the military context.
    Lifecycle
    Title
    Type
    Battery Shelters
    Currently viewing
    Solicitation
    Sources Sought
    Similar Opportunities
    Lithium Battery Storage Containers.
    Agriculture, Department Of
    The Department of Agriculture, specifically the Forest Service, is seeking qualified small businesses to provide safe lithium-ion battery storage containers for their Unmanned Aircraft Systems (UAS) drone program across three locations in Region 8, including Georgia, Tennessee, and Texas. The procurement requires specialized equipment designed to mitigate the thermal runaway hazards associated with lithium-ion batteries, including fireproof storage cabinets with automatic fire suppression and charging sleeves rated for high temperatures. This initiative is critical for ensuring the safety and operational efficiency of the UAS program. Interested vendors should submit their quotations in response to solicitation number 12444026Q0008, with a firm-fixed-price contract anticipated and delivery required by March 31, 2025. For further inquiries, contact Melody Flores at melody.flores@usda.gov or Andrew Ruff at andrew.ruth@usda.gov.
    Combined Request for Information and Synopsis (26-R-0248)
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Ogden, UT, is issuing a Combined Request for Information and Synopsis (26-R-0248) to identify potential sources for battery storage solutions. The primary objective of this procurement is to conduct market research to determine the availability of commercial or non-developmental items that can meet the agency's requirements, while also enhancing small business access to acquisition information and fostering competition. The procurement involves an estimated quantity of 403 rechargeable batteries, with a delivery schedule anticipated within 14 months after receipt of order. Interested parties are encouraged to contact Johnny Wakefield at johnny.wakefield.2@us.af.mil or call 385.591.3547 for further details, with responses due by January 2, 2026.
    New Manufacture: NSN 6130-01-486-6660HY / PN 713290-2 / F-16 Battery Charger
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency, is seeking proposals for the procurement of 40 F-16 Battery Chargers (NSN: 6130-01-486-6660HY, PN: 713290-2) as part of a firm fixed-price contract. The chargers, which are critical for the operational readiness of F-16 aircraft, are required to be made of stainless steel and must meet specific dimensions and weight criteria. The estimated issue date for the Request for Proposal (RFP) is November 19, 2025, with a closing date of December 19, 2025, and delivery is expected by June 25, 2026. Interested parties should direct inquiries to Kevin Howe at kevin.howe.1@us.af.mil, and the solicitation will be available on www.sam.gov.
    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 NSN 6140012661634. The requirement includes three lines of delivery to the DLA Distribution Depot Hill, with quantities of 1 and 97 units due within 240 days and an additional unit due within 180 days. 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 should be directed to the buyer via email at DibbsBSM@dla.mil.
    Sources Sought - Ground Based Strategic Deterrent (GBSD) Sentinel Consolidated Vehicle Maintenance Complex (CVMC) Minot AFB, ND
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is conducting market research for potential prime contractors capable of constructing the Ground Based Strategic Deterrent (GBSD) Sentinel Consolidated Vehicle Maintenance Complex (CVMC) at Minot Air Force Base, North Dakota. The project involves the design and construction of two facilities, including a Vehicle Maintenance Facility and a Vehicle Operations Facility, with a total construction magnitude estimated between $100 million and $250 million. This initiative is critical for enhancing the operational capabilities of the military and ensuring compliance with Department of Defense standards, including cybersecurity requirements. Interested contractors must demonstrate their bonding capability of at least $123 million and submit their qualifications by 2:00 PM CST on December 30, 2025, to Ariel Vogan at ariel.e.vogan@usace.army.mil, with a courtesy copy to John Solomon at john.s.solomon@usace.army.mil.
    61--CHARGER,BATTERY
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of battery chargers under the solicitation titled "61--CHARGER, BATTERY." This opportunity involves the supply of three units of the charger, with a potential for an Indefinite Delivery Contract (IDC) lasting one year or until the total orders reach $350,000, with an estimated three orders per year. The chargers are crucial for maintaining operational readiness and supporting various military equipment, with deliveries expected to multiple DLA depots both within the continental United States and overseas. Interested vendors must submit their quotes electronically, and any inquiries should be directed to the DLA via email at DibbsBSM@dla.mil, as hard copies of the solicitation are not available.
    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 6140012034912, with a total quantity of 1,384 units required for delivery to DLA Distribution. This procurement is part of a Combined Synopsis/Solicitation and is set aside for small businesses, emphasizing the importance of supporting small enterprises in the defense supply chain. The solicitation will be available electronically, and 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.
    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 6140016159409, with a total quantity of 142 units required for delivery to DLA Distribution San Joaquin within 180 days after order. These batteries are critical components for various military applications, ensuring reliable power supply for equipment and systems. Interested vendors must submit their quotes electronically, as hard copies of the solicitation will not be available, and all submissions must comply with the Total Small Business Set-Aside requirements. For inquiries, potential bidders can contact the DLA via email at DibbsBSM@dla.mil.
    Sources Sought - Construction of the Ground Based Strategic Deterrent (GBSD) Sentinel Security Forces Operations Complex (SFOC), Minot AFB, ND
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is conducting market research for the construction of the Ground Based Strategic Deterrent (GBSD) Sentinel Security Forces Operations Complex (SFOC) at Minot Air Force Base, ND. This opportunity is aimed at identifying potential prime construction contractors with bonding capabilities of at least $108 million to undertake a project valued between $100 million and $250 million, which includes the construction of a 132,000 square foot facility with various operational spaces and site improvements. Interested contractors must submit their qualifications and relevant project experience by 2:00 PM CST on December 30, 2025, to Ariel Vogan at ariel.e.vogan@usace.army.mil, with a courtesy copy to John Solomon at john.s.solomon@usace.army.mil, as the anticipated contract award is expected in the third or fourth quarter of fiscal year 2027.
    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.