Enhanced Maritime Biological Detection (EMBD) - Shipboard Power Pack

SOL #: W911SR-26-Q-SHPPCombined Synopsis/Solicitation

Overview

Buyer

DEPT OF DEFENSE
Dept Of The Army
W6QK ACC-APG
ABERDEEN PROVING GROU, MD, 21010-5424, United States

Place of Performance

Place of performance not available

NAICS

All Other Miscellaneous Electrical Equipment and Component Manufacturing (335999)

PSC

Miscellaneous Electrical And Electronic Components (5999)

Set Aside

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

Timeline

1
Posted
Jan 30, 2026
2
Last Updated
Feb 25, 2026
3
Submission Deadline
Mar 9, 2026, 4:00 PM

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 Defense (DoD), specifically the Department of the Army's Joint Project Manager (JPM) for CBRN Sensors, is seeking proposals for a replacement Enhanced Maritime Biological Detection (EMBD) Shipboard Power Pack (SPP). This opportunity is a Total Small Business Set-Aside and is issued as a Combined Synopsis/Solicitation. The SPP functions as an Uninterruptible Power Supply (UPS) for the United States Navy. Proposals are due March 9, 2026, at 12:00 PM EST.

Purpose

The objective is to design, test, and deliver a replacement SPP to enhance the performance, reliability, and efficiency of the existing power supply for the EMBD system.

Scope of Work

  • Design, test, and deliver a replacement SPP that provides clean, conditioned 115 VAC (1,250 kW) and 24 VDC (250 watts) power.
  • The SPP must deliver pure sinewave AC output suitable for nonlinear loads and stable, low-noise DC output for critical electronic loads.
  • It must condition input power, blocking surges, spikes, and transients.
  • Deliver three (3) test units for government acceptance testing within 90-150 calendar days after award.
  • The government may exercise options to purchase up to twenty (20) production units.
  • Key activities include conducting a Critical Design Review (CDR), First Article Testing (FAT), implementing a Failure Reporting, Analysis, and Corrective Action System (FRACAS), and maintaining a Quality Control Plan (QCP).
  • Compliance with specifications outlined in EA-E-2450 (PSPEC) and 10080053F (Interface Control Document) is mandatory.
  • Deliverables include various data items (CDRLs), with packaging and marking per MIL-STD-129 and MIL-STD-130 (IUID).

Contract Details

  • Type: Combined Synopsis/Solicitation under FAR Part 13 (Simplified Acquisition Procedures).
  • Set-Aside: Total Small Business Set-Aside.
  • NAICS Code: 335999 (All Other Miscellaneous Electrical Equipment and Component Manufacturing).
  • Product Service Code: 5999 (Miscellaneous Electrical And Electronic Components).
  • Period of Performance: Within twelve (12) months after award.
  • Place of Performance/Delivery: Norfolk Naval Station, Bldg X-132, Norfolk, VA.
  • Government Furnished Property (GFP): One current SPP and an isolation mount will be provided.

Submission & Evaluation

  • Proposals Due: March 9, 2026, 12:00 PM EST.
  • Questions Due: February 24, 2026, 5:00 PM EST.
  • Controlled Document Requests Due: February 17, 2026, 5:00 PM EST.
  • Submission Format: Electronic (PDF and/or Excel), split into three separate files: Technical, Cost/Price, and Past Performance. A Property Management Plan must also be submitted as a separate file.
  • Cybersecurity: A CMMC Level 1 (Self) assessment reflected in the Supplier Performance Risk System (SPRS) is required for access to controlled documents and for proposal eligibility.
  • Evaluation: Proposals will be evaluated on a best-value trade-off basis. Factors in descending order of importance are: Technical (must receive a "Meet" rating), Past Performance (must be "Acceptable"), and Cost/Price. Technical superiority may justify a higher price.

Contact Information

People

Points of Contact

Kevin RohePRIMARY
Gentian MullaSECONDARY

Files

Files

Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
View
Download
Download

Versions

Version 5Viewing
Combined Synopsis/Solicitation
Posted: Feb 25, 2026
Version 4
Combined Synopsis/Solicitation
Posted: Feb 18, 2026
View
Version 3
Combined Synopsis/Solicitation
Posted: Feb 13, 2026
View
Version 2
Combined Synopsis/Solicitation
Posted: Feb 10, 2026
View
Version 1
Combined Synopsis/Solicitation
Posted: Jan 30, 2026
View
Enhanced Maritime Biological Detection (EMBD) - Shipboard Power Pack | GovScope