Brand Name OEM Enersys Replacement Batteries
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 Department of the Navy / NAVSUP FLT LOG CTR PUGET SOUND is soliciting quotes for Brand Name Original Equipment Manufacturer (OEM) Enersys replacement batteries for the USS MOUNT WHITNEY (LCC-20). This is a Total Small Business Set-Aside. Quotes are due May 8, 2026, at 10:00 AM EDT.
Purpose & Scope
This combined synopsis/solicitation (RFQ N0040626Q0125) seeks to procure 480 OEM Enersys "POWER SAFE DDmP 85-27" batteries with connector kits. The requirement is for genuine batteries with traceability to the manufacturer and manufacturer warranties. Offerors must provide an "AUTHORIZED DISTRIBUTOR" letter and documentation from the OEM. Delivery is FOB Destination to the USNS Mount Whitney (LCC-20), and shipping costs must be included in quotes. Packaging and marking must comply with DODMANUAL 4140.01, VOLUME 9, and MIL-STD-129R(series).
Contract Details
The Government intends to award a Firm Fixed Price (FFP) purchase order. The anticipated period of performance requires delivery on or before September 30, 2026. A single award will be made for all items. Invoices will be submitted via WAWF (Wide Area WorkFlow).
Set-Aside & Eligibility
This acquisition is a 100% Total Small Business Set-Aside. The NAICS Code is 335910 (Battery Manufacturing) with a Small Business Size Standard of 1,250 employees. A class Waiver to the Nonmanufacturer Rule (NMR) applies, allowing small business offerors to supply products from any size manufacturer. Quoting vendors must be registered in the System for Award Management (SAM) at http://sam.gov/.
Submission Requirements
Quotes must be submitted via email to Brian.d.schuyler.civ@us.navy.mil by May 8, 2026, at 10:00 AM EDT. Submissions should be in Microsoft Word, Excel, or Adobe PDF format. Required quote package contents include:
- Official Company Name
- Point of contact (name, phone number)
- CAGE Code number
- Authorized Distributor Letter from Original Equipment Manufacturer (OEM)
- Price(s) and FOB Destination
- Business size and payment terms
- Detailed (unpriced) capabilities statement for review and acceptance by the Technical POC
- Completed copy of provision 52.212-3 Alt I (if not completed in SAM.gov) Quotes must be valid for a minimum of sixty (60) days.
Evaluation Criteria
Award will be made to the responsible offeror whose quote represents the best value to the Government, considering price, delivery, technical acceptability, and past performance. The Government intends to award without discussions.
Key Dates & Contacts
- Questions Due: Two (2) days prior to solicitation closing (email Brian Schuyler).
- Quotes Due: May 8, 2026, 10:00 AM EDT.
- Primary Contact: Brian Schuyler (Brian.d.schuyler.civ@us.navy.mil)
- Secondary Contact: Amanda Cordell (amanda.j.cordell.civ@us.navy.mil)