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 the Army, specifically the Joint Project Manager (JPM) for CBRN Sensors, is seeking proposals for the design, testing, and delivery of a replacement Shipboard Power Pack (SPP) for the Enhanced Maritime Biological Detection (EMBD) system. This SPP will function as an Uninterruptible Power Supply (UPS), providing conditioned power and battery backup to support the United States Navy. This is a Total Small Business Set-Aside. Proposals are due March 02, 2026.
Scope of Work
The requirement is for a replacement SPP that enhances performance, reliability, and efficiency. The SPP must deliver clean, conditioned 115 VAC and 24 VDC power with dual output capabilities (250 watts of 24 VDC and 1,250 kW of AC output). The AC output must be pure sinewave for nonlinear loads, and the DC output low noise for critical electronic loads. The system must condition input power, block surges, spikes, and transients, and maintain stable outputs. Deliverables include three (3) test units and potentially twenty (20) production units. Work includes Critical Design Review (CDR), First Article Testing (FAT), environmental testing support, EMBD compatibility testing, and Production Readiness Review (PRR).
Contract Details
- Opportunity Type: Combined Synopsis/Solicitation (FAR Part 13, Simplified Acquisition Procedures)
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- NAICS Code: 335999 (All Other Miscellaneous Electrical Equipment and Component Manufacturing)
- Product Service Code: 5999 (Miscellaneous Electrical And Electronic Components)
- Period of Performance: All work within twelve (12) months after award. Test units due 90 days after award; production units 90 days after option exercise.
- Place of Performance: Delivery of units to Norfolk Naval Station, Virginia.
Submission & Evaluation
- Submission Method: Electronically in PDF and/or Excel format. Proposals must be split into three separate files: Technical, Cost/Price, and Past Performance.
- Controlled Documents: Access to controlled technical documents (PSPECs, ICD) requires a request by February 16, 2026, and verification of JCP certification, NIST SP 800-171 Assessment, and CMMC Level 2 compliance. Proposals submitted without reviewing these documents may be technically unacceptable.
- Evaluation Criteria: Best-value basis, with factors in descending order of importance: Technical, Past Performance, and Cost/Price. Technical superiority may justify a higher price.
- Pricing: Bidders must use the provided Price Schedule (Attachment 2) to propose Firm Fixed Prices for line items, including engineering services, test units, production units, on-site support, and data deliverables (CDRLs).
Key Dates
- Questions Deadline: February 12, 2026, 5:00 p.m. EST
- Document Request Deadline: February 16, 2026
- Proposal Response Date: March 02, 2026, 5:00 p.m. EST
Contact Information
- Primary: Kevin Rohe (kevin.t.rohe.civ@army.mil)
- Secondary: Gentian Mulla (gentian.mulla.civ@mail.mil)