61--Lithium Battery Packs
ID: 1333MJ25Q0006Type: 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
    Description

    The Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), is seeking proposals for the procurement of 60 lithium battery packs to replace existing units that have reached the end of their usable life. These custom battery packs are critical for powering GPS mooring buoys used in NASA's SWOT project, which is essential for satellite calibration and environmental monitoring. The procurement is classified as a total Small Business Set-Aside under NAICS code 335910, with a delivery timeline of 90 days after receipt of order, and requires compliance with the Buy American Act. Interested parties must submit their quotations electronically by February 11, 2025, and can direct inquiries to Weiming Tan at WEIMING.TAN@NOAA.GOV.

    Point(s) of Contact
    Files
    Title
    Posted
    The solicitation outlined is for the procurement of Lithium Battery Packs specifically for NOAA, advertised as a Request for Quotation (RFQ) number 145027-25-0031. The initiative is designated as a total Small Business Set-Aside under NAICS code 335910, permitting only small businesses (up to 1,250 employees) to participate. A total of 60 battery packs are needed, with delivery expected within 90 days after a purchase order is issued. The submitted quotations must comply with specific provisions and must include a specification sheet to ensure technical acceptability alongside pricing. Offerors are required to maintain an active registration in the System for Award Management (SAM) and must verify the country of manufacture in adherence to the Buy American Act. Key evaluation criteria include technical acceptability and price, with a fixed-price contract set for award on an all-or-none basis. All submissions must be electronic, and a timeline has been established for quotation submissions and inquiries. Furthermore, various Federal Acquisition Regulation (FAR) clauses are incorporated into the contract, illustrating requirements for compliance with laws, ethical standards, and appropriate practices within commercial services and products. This solicitation reflects the government's ongoing efforts to support and engage small businesses in federal supply chains while ensuring compliance with legislative provisions.
    The government file addresses inquiries related to a battery pack and GPS buoy system as part of a federal request for proposals (RFP). Key points include clarification on material specifications for the heat-shrink of the battery pack, which should be compliant but lacks a set standard. Diodes within the pack must be accessible for testing, with guidelines for their exposure ensuring they are not protruding but electrically reachable. An amendment specifies that a Buoy block diagram and images are included to assist in compatibility concerns. Furthermore, the submission process for quotes is detailed, indicating that they should be emailed by a specified deadline. This document serves to clarify requirements and facilitate understanding among prospective bidders, ensuring compatibility and compliance with the government's needs within the framework of federal grants and state/local RFPs.
    This document is an amendment to solicitation 1333MJ25Q0006, specifically Amendment 0001, effective from January 30, 2025. The purpose of this amendment is to officially update the Statement of Need by incorporating a buoy block diagram and image. It is crucial for contractors to acknowledge receipt of this amendment to ensure their offers are considered, which can be done through various methods, including electronic communication. The document also outlines that failure to acknowledge the amendment in time may lead to rejection of offers. It briefly discusses administrative changes related to contract modifications and emphasizes that all other terms remain unchanged. Additionally, it includes a revised list of attachments for the solicitation. This amendment reflects the federal government's procedural requirements in managing RFPs and contracts involving supplies or services, ensuring transparency and compliance in the procurement process.
    The document is an amendment (0002) related to the solicitation number 1333MJ25Q0006, issued by the OAR Field Delegates in Kansas City, MO. It includes instructions for acknowledging receipt of the amendment along with updates to a previous Statement of Need about a battery pack and related queries from contractors. Key points include responses to frequently asked questions regarding the specifications and material requirements for the battery pack, including its heat shrink wrapping and diode accessibility. Contractors are instructed to submit their quotes via email by February 11, 2025. The addition of a sample battery pack picture and a buoy block diagram to the Statement of Need is also noted, indicating updates for better understanding and clarity. Overall, the amendment emphasizes compliance with submission guidelines and enhances communication between the contracting agency and the bidders, ensuring clarity in expectations and requirements for the contract process.
    This document outlines a Request for Proposal (RFP) for the acquisition of Lithium Battery Packs, with a delivery timeline of 90 days after receipt of order (ARO). The acquisition is classified as a firm-fixed-price item and is subject to the availability of funds. The proposal is administered by the Office of Acquisition and Resources - Federal Delegates. The document includes multiple sections detailing the supplies or services required, contract clauses, and specific terms of the solicitation. Particularly highlighted are the obligations related to certifications on telecommunications equipment and compliance with federal regulations (FAR). The selection criteria emphasize technical acceptability and price as fundamental evaluation factors. It insists on precise submissions in compliance with the requirements and includes necessary representations from offerors, such as their business classifications (e.g., small business, veteran-owned). Additionally, the document enforces compliance with statutes and executive orders relevant to the procurement process, ensuring transparency and integrity in government contracting practices. This RFP exemplifies the federal efforts to promote equitable contracting opportunities while adhering to strict regulatory frameworks for environmental, economic, and security standards.
    The PMEL Engineering Development Division is seeking proposals for the supply of 60 custom lithium battery packs designed to power GPS mooring buoys used in NASA's SWOT project. These battery packs will replace existing ones that have reached the end of their operational life. The technical specifications include a maximum diameter of 5.85 inches and a height of 5 inches, with a configuration of 14 cells per pack (12 functional cells and 2 dummy cells). Each cell must be the BCX 85 DD: 3B0076 model from Electrochem, with a capacity of 30Ah. The delivery of the battery packs is required within 90 days after receipt of order, utilizing Government Bill of Lading for shipping. This procurement is critical to supporting satellite calibration efforts, emphasizing the importance of timely and efficient supply chain management in government-funded aerospace projects.
    The PMEL Engineering Development Division is seeking proposals to supply 60 custom lithium battery packs for NASA's Harvest GPS mooring buoys. The purpose of these battery packs is to replace the existing ones that have reached the end of their usable life and are essential for calibrating and validating satellite measurements related to the SWOT NASA project. The technical specifications include a maximum diameter of 5.85 inches, a height of 5 inches, and compatibility with the PMEL GPS buoy system. Each pack must consist of 14 cells (12 operational and 2 dummy) using specific Electrochem cells with a capacity of 30Ah each. The required delivery timeline is within 90 days after receipt of order (ARO), with shipping details provided by the government. This project underscores the importance of reliable power sources for critical environmental monitoring tools used by NASA, reflecting the government's commitment to maintaining efficient operational capabilities in satellite calibration and measurement accuracy.
    Lifecycle
    Title
    Type
    Lithium Battery Packs
    Currently viewing
    Combined Synopsis/Solicitation
    Similar Opportunities
    PROVIDE BATTERIES TO THE NOAA SHIP FAIRWEATHER
    Buyer not available
    The National Oceanic and Atmospheric Administration (NOAA) is seeking quotations for the procurement of various types of batteries for the NOAA Ship Fairweather, located at the Ketchikan Facility in Alaska. The solicitation includes a total of five distinct battery types, each with specific technical specifications, including brands such as Centennial, US Battery, Optima, and Lifeline, to ensure operational compliance for hydrographic survey boats and emergency backup systems. This opportunity is a 100% small business set-aside under NAICS code 335910, with a submission deadline for quotes set for February 14, 2025, at 12:00 PM ET. Interested vendors must provide detailed proposals, including business identification, SAM registration, itemized pricing, and compliance with the solicitation's terms, and can direct inquiries to Alexander Cancela at alexander.cancela@noaa.gov.
    Station Battery Replacement
    Buyer not available
    The Department of Commerce, through the National Institute of Standards and Technology (NIST), is seeking qualified small businesses to replace the Direct Current Station Battery at the NIST Center for Neutron Research (NCNR) in Gaithersburg, Maryland. The project involves the removal and recycling of outdated battery systems and the installation of 60 new 2V VLA battery cells to ensure reliable electricity supply during emergencies, adhering to safety protocols and compliance with electrical codes. This procurement is critical for enhancing the operational reliability and safety of the NCNR's reactor systems, reflecting a strategic investment in the facility's infrastructure. Interested vendors should direct inquiries and quotes to Cielo Ibarra at cielo.ibarra@nist.gov, with the solicitation details outlined in RFQ Number 1333ND25QNB610062, dated February 4, 2025.
    LI-ION BATTERY
    Buyer not available
    The Department of Defense, through the Department of the Navy's NAVSUP Fleet Logistics Center Puget Sound, is soliciting bids for the procurement of lithium-ion batteries to support operations at SRF Yokosuka, Japan. The requirement includes 150 units of an 18V lithium-ion battery with specific technical characteristics, and vendors must provide detailed offers that include delivery schedules and compliance with safety and hazardous material handling protocols. This procurement is part of the government's initiative to engage small businesses, ensuring adherence to federal regulations while promoting competition in the bidding process. Interested vendors must submit their signed quotes by February 19, 2025, and can direct inquiries to Stormy Caudill at stormy.a.caudill.civ@us.navy.mil.
    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 the delivery of various quantities of batteries to multiple naval vessels, including the USS Stethem, USS Winston S. Churchill, and USS Arleigh Burke, with all deliveries expected within 60 days after order. These batteries are critical for the operational readiness of the naval fleet, ensuring reliable power supply for various systems onboard. 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 are not available.
    Multiple Award IDIQ Procurement of SWCS Battery Set, NSN:1HM 6140 016310119 VJ
    Buyer not available
    The Department of Defense, through the NAVSUP Weapon Systems Support office, is soliciting proposals for a Multiple Award IDIQ Procurement of Shallow Water Combat Submersible (SWCS) Battery Sets, identified by NSN: 1HM 6140 016310119 VJ. This procurement aims to secure battery manufacturing services, with a total small business set-aside, allowing only qualified small businesses to participate. The batteries are critical components for military operations, ensuring the operational reliability of naval systems. The anticipated contract value is approximately $45 million, with the due date for offers extended to 4:00 PM on February 27, 2025. Interested parties can reach out to Tiana Hammaker at TIANA.HAMMAKER@NAVY.MIL or Vincent Molesky at vincent.e.molesky.civ@us.navy.mil for further information.
    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 1,600 units of storage batteries, specifically NSN 6140016650882. This solicitation is a Total Small Business Set-Aside, aimed at ensuring that small businesses can compete for this opportunity, and it falls under the NAICS code 335910 for Battery Manufacturing. The batteries are critical for various military applications, emphasizing the importance of reliable power storage solutions. Interested vendors must submit their quotes electronically, as hard copies will not be available, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil. The deadline for quote submission is 140 days after the award date.
    NSN 6135015176060, Battery, non rechargeable
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking proposals for the procurement of 6,608 packages of non-rechargeable batteries, identified by NSN 6135015176060. The required delivery timeline is 440 days, with shipments to be made to two DLA facilities, and the procurement will follow the guidelines set forth in FAR Parts 12 and 13. This solicitation is crucial for maintaining operational readiness and is not set aside for small businesses, emphasizing the importance of price, past performance, socioeconomic participation, and delivery in the evaluation process. Interested vendors can submit proposals via the DIBBS platform or by emailing MAJ George Sawyer at george.sawyer@DLA.mil, with the solicitation expected to be available online around January 23, 2025.
    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 POWER SUPPL
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of battery power supplies under solicitation number NSN 6130015669043. The procurement includes multiple line items with specific delivery requirements to various naval vessels, including the USS Harpers Ferry, USS Oscar Austin, and USS Pearl Harbor, all to be delivered within 150 days after order. These battery power supplies are critical for the operational readiness of the naval fleet, ensuring that essential electrical equipment functions effectively. Interested vendors 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.
    NOAA BRASS VALVES
    Buyer not available
    The National Oceanic and Atmospheric Administration (NOAA) is seeking quotations for the procurement of four 3” B62 Bronze Globe Valves, ASME Class 150, with full Monel trim, intended for use on the NOAA Ship Bell Shimada. The valves must meet specific requirements, including the provision of hydrostatic test certificates, and are to be delivered to the NOAA Marine Operations Center in Newport, Oregon, within 60 days after receipt of order. This procurement is critical for maintaining the operational integrity of NOAA's maritime operations, emphasizing the importance of quality and compliance with federal standards. Interested small businesses must submit their quotes electronically by February 7, 2025, with an anticipated award date around February 18, 2025; inquiries can be directed to James Pritchard at James.Pritchard@noaa.gov or by phone at 208-827-1265.