Battery Power Supply
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The Defense Logistics Agency (DLA) Land Warren has issued a Solicitation for Battery Power Supplies (NSN: 6130-01-604-1361, Part Number: 13022799). This opportunity seeks a Firm-Fixed-Price contract for a basic quantity of 80 units with an option for up to 80 additional units. The solicitation has been reopened and amended multiple times, with the final proposal submission deadline set for April 17, 2026, at 03:00 PM.
Scope of Work
This solicitation is for the procurement of Battery Power Supplies, specifically NSN: 6130-01-604-1361, Part Number: 13022799. The requirement includes a basic quantity of 80 Each and an option for up to 80 Each. FOB Point is Destination, and Packaging must comply with MIL B (referencing MIL-STD-2073-1 and SPI 13022799). Inspection and Acceptance are to be performed at Origin.
Contract & Timeline
- Contract Type: Firm-Fixed-Price
- Set-Aside: None specified
- Solicitation Number: SPRDL1-25-R-0093
- Published Date: April 10, 2026 (latest amendment)
- Proposal Due Date: April 17, 2026, at 03:00 PM
Key Requirements & Access
- Technical Data Package (TDP): The TDP is considered competitive, export-controlled, and requires specific access. Offerors must complete and sign an "NDA for Government Protected Information" and submit it to the primary point of contact for review. Only the Data Custodian identified in the United States/Canada Joint Certification Program (JCP) will be granted approval to download the TDP.
- First Article Test (FAT): A First Article Test Report is required in accordance with FAR 52.209-3.
- Supply Chain Traceability: Amendment 0003 added Clause CS8001, "Contractor Retention of Supply Chain Traceability Documentation." Offerors must comply with this requirement, as failure to submit acceptable traceability documentation may result in the offer not being eligible for award.
Submission & Evaluation
Offers must be submitted electronically via email to the Contract Specialist. Evaluation criteria are detailed in Section M of the solicitation.
Additional Notes
It is recommended that interested parties download the full solicitation from SAM.gov for complete terms and conditions. Registration on SAM.gov is required to access the Contract Opportunities website.