Integrated PEM Fuel Cell Test Station
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 Naval Research Laboratory (NRL) in Washington, DC, is seeking to purchase an Integrated PEM Fuel Cell Test Station (850 System) and associated components. This is a Total Small Business Set-Aside procurement, conducted as a Request for Quotations (RFQ) on a Firm-Fixed-Price (FFP) basis. Quotations are due by February 26, 2026.
Scope of Work
NRL requires a specific 850 System - Integrated PEM Fuel Cell Test Station, which includes:
- 1 EA - 850 Configured - Integrated PEM Fuel Cell Test Station (FCTS 50 A 100W)
- 1 EA - Scribner Laboratory Setup Kit
- 1 EA - 892 Data Acquisition - 8 Analog / 8 Temp
- Internal Options: 881 - Frequency Response Analyzer, Auto Humidifier Drain, Humidifier Bypass, Internal Mixing MFC
- 1 EA - 850 MeOH Pump - 1 channel head
- 1 EA - H2O Bottle - 5 Gallon - Pressurized DI Water Tank
Crucially, this is a BRAND NAME ONLY requirement; equivalents will not be considered. Vendors must be an Original Equipment Manufacturer (OEM), an OEM authorized dealer, distributor, or reseller, and provide documentation of authorization. All equipment must be new and covered by the manufacturer's warranty. Delivery is required at the U.S. Naval Research Laboratory, Washington, DC.
Contract & Timeline
- Type: Combined Synopsis/Solicitation (RFQ), Firm-Fixed-Price (FFP)
- Set-Aside: Total Small Business (FAR 19.5)
- NAICS: 334519 (600 employee size standard)
- PSC: 6635 (Physical Properties Testing And Inspection)
- Response Due: February 26, 2026, 8:00 PM EST
- Published: February 25, 2026, 5:55 PM EST
Evaluation
Award will be made to the responsible offeror whose offer is most advantageous to the Government, based on a Lowest Price Technically Acceptable (LPTA) evaluation. Offers will be ranked by price, and the lowest-priced offer(s) will undergo technical evaluation against the stated specifications. If technically acceptable and fair/reasonable, an award will be made. If unacceptable, the next lowest-priced offer(s) will be evaluated. The Government may evaluate options by adding their total price to the basic requirement.
Submission Requirements
Quoters must submit one copy of their technical and price quote via email. Submissions must include the company's DUNS Number and CAGE Code. A statement regarding acceptance of the solicitation's terms and conditions (with or without exceptions) is required. All questions must be submitted via email. Offerors must be actively registered in SAM.gov.
Contact Information
Purchasing Agent: Elizabeth Harley Email: elizabeth.c.harley.civ@us.navy.mil Reference the solicitation number in all correspondence.