Enhanced Maritime Biological Detection (EMBD) - Shipboard Power Pack
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 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
- Primary: Kevin Rohe (kevin.t.rohe.civ@army.mil)
- Secondary: Gentian Mulla (gentian.mulla.civ@mail.mil)