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's Joint Project Manager (JPM) for CBRN Sensors is soliciting proposals for the design, test, and delivery of a replacement Enhanced Maritime Biological Detection (EMBD) Shipboard Power Pack (SPP). This SPP functions as an Uninterruptible Power Supply (UPS) providing conditioned power and battery backup for the EMBD system, supporting the United States Navy. This is a Total Small Business Set-Aside. Proposals are due March 02, 2026.
Scope of Work
The contractor will design, test, and deliver three (3) test units and potentially twenty (20) production units of the SPP. The SPP must deliver high-quality, conditioned 115 VAC (pure sinewave for nonlinear loads) and 24 VDC (low noise for critical electronic loads) power, providing 250 watts of 24 VDC and 1,250 kW of AC output. It must also condition input power, block surges, spikes, and transients, and maintain stable outputs. Key activities include Critical Design Review (CDR), First Article Testing (FAT), Production Readiness Review (PRR), implementation of a Quality Control Plan (QCP), Failure Reporting, Analysis, and Corrective Action System (FRACAS), and maintaining a Technical Data Package (TDP). All work, including acceptance of deliverables, is to be completed within twelve (12) months after award, with test units due within 90 calendar days. Delivery location is Norfolk Naval Station, Virginia.
Contract Details
This is a Combined Synopsis/Solicitation conducted under FAR Part 13, Simplified Acquisition Procedures (SAP).
- 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: 12 months after award.
- Place of Performance: Norfolk Naval Station, Virginia.
- Government Furnished Property (GFP): One current SPP and an isolation mount will be provided.
Submission & Evaluation
Proposals must be submitted electronically in PDF and/or Excel format, split into four separate files: Technical, Cost/Price, Past Performance, and a Property Management Plan.
- Evaluation Criteria: Best-value trade-off, with factors in descending order of importance: Technical (must achieve a "Meet" rating), Past Performance (must be "Acceptable"), and Cost/Price. Technical superiority may justify a higher price.
- Controlled Documents: Access to controlled technical documents (PSPECs, ICDs) requires a request by February 17, 2026. Offerors must provide verification of JCP certification, NIST SP 800-171 Assessment, CMMC Level 1 (Self) compliance, and DFARS Clause 252.204-7012.
Key Dates & Contacts
- Deadline for Questions: February 20, 2026, 5:00 p.m. EST
- Deadline for Document Requests: February 17, 2026
- Proposal Submission Deadline: March 02, 2026, 5:00 p.m. EST
- Primary Contact: Kevin Rohe (kevin.t.rohe.civ@army.mil)
- Secondary Contact: Gentian Mulla (gentian.mulla.civ@mail.mil)