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 Joint Project Manager (JPM) for CBRN Sensors under JPEO-CBRND, is soliciting proposals for the Enhanced Maritime Biological Detection (EMBD) Shipboard Power Pack (SPP). This opportunity seeks a replacement Uninterruptible Power Supply (UPS) to provide conditioned power and battery backup for the EMBD system, supporting the United States Navy. This is a Total Small Business Set-Aside opportunity.
Scope of Work
The contractor will be responsible for the design, testing, and delivery of a replacement SPP. Key deliverables include three (3) test units and potentially twenty (20) production units. The SPP must deliver high-quality power, including pure sinewave 115 VAC and low-noise 24 VDC outputs, capable of supplying 1,250 kW AC and 250 watts DC. It must condition input power, block surges, and maintain stable outputs, complying with specifications outlined in EA-E-2450 (PSPEC) and 10080053F (ICD). The scope also includes conducting Critical Design Reviews (CDR), First Article Testing (FAT), Production Readiness Reviews (PRR), Failure Mode, Effects, and Criticality Analysis (FMECA), and implementing a Quality Control Plan (QCP) and Failure Reporting, Analysis, and Corrective Action System (FRACAS).
Contract Details
- Contract Type: Combined Synopsis/Solicitation under 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, including acceptance of deliverables, to be completed within twelve (12) months after award. Test units are due 90 calendar days after award.
- Place of Performance: Delivery to Norfolk Naval Station, Virginia.
Submission & Evaluation
Proposals must be submitted electronically in PDF and/or Excel format, split into three separate files: Technical, Cost/Price, and Past Performance. A Property Management Plan must also be submitted separately. Proposals will be evaluated on a best-value trade-off basis, with factors in descending order of importance: Technical, Past Performance, and Cost/Price. A "Meet" rating is required for the Technical factor, and an "Acceptable" rating for Past Performance.
Key Dates & Requirements
- Proposal Submission Deadline: March 9, 2026, at 12:00 PM EST.
- Questions Deadline: February 24, 2026, at 5:00 PM EST.
- Controlled Document Requests: Deadline was February 17, 2026, at 5:00 PM EST. Access to controlled technical documents (e.g., PSPECs, ICDs) requires JCP certification, NIST SP 800-171 Assessment, CMMC Level 1 (Self) reflected in SPRS, and DFARS Clause 252.204-7012 compliance. Proposals submitted without reviewing these documents may be technically unacceptable.
- Government Furnished Property (GFP): One current SPP and an isolation mount will be provided.
Contact Information
- Primary: Kevin Rohe (kevin.t.rohe.civ@army.mil)
- Secondary: Gentian Mulla (gentian.mulla.civ@mail.mil)