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 2, 2026, 10:00 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 the Army (ACC-APG), on behalf of the Joint Project Manager for CBRN Sensors, is soliciting proposals for a replacement Shipboard Power Pack (SPP) for the Enhanced Maritime Biological Detection (EMBD) system. The SPP is a specialized Uninterruptible Power Supply (UPS) providing conditioned power and battery backup for Navy shipboard biological detection systems. Proposals are due March 2, 2026.

Scope of Work

The contractor will design, test, and deliver a replacement SPP that meets stringent maritime power requirements. Key tasks include:

  • Design & Testing: Conduct Critical Design Review (CDR), First Article Testing (FAT), and Production Readiness Review (PRR).
  • Deliverables: Three (3) test units (due 90 days after award) and an option for twenty (20) production units (due 90 days after option exercise).
  • Technical Specs: Dual output (115 VAC at 1,250 kW and 24 VDC at 250 W), pure sinewave AC, low-noise DC, and protection against surges/transients.
  • Compliance: Adherence to ISO 9001 quality standards and implementation of a Failure Reporting, Analysis, and Corrective Action System (FRACAS).

Contract & Timeline

  • Type: Combined Synopsis/Solicitation (FAR Part 13)
  • Set-Aside: Total Small Business Set-Aside
  • Questions Deadline: February 12, 2026
  • Document Request Deadline: February 16, 2026
  • Response Due: March 2, 2026
  • Place of Performance: Norfolk Naval Station, VA

Evaluation

Award will be made on a Best-Value basis. Evaluation factors, in descending order of importance, are:

  1. Technical
  2. Past Performance
  3. Cost/Price Technical superiority may justify a higher price.

Additional Notes

Access to controlled technical documents (PSPECs/ICDs) requires a formal request by February 16, 2026. Vendors must verify JCP certification and CMMC Level 2 (Self) compliance to receive these documents. Proposals submitted without reviewing these controlled documents may be deemed technically unacceptable.

People

Points of Contact

Kevin RohePRIMARY
Gentian MullaSECONDARY

Files

Files

No files attached to this opportunity

Versions

Version 5
Combined Synopsis/Solicitation
Posted: Feb 25, 2026
View
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 1Viewing
Combined Synopsis/Solicitation
Posted: Jan 30, 2026