Lithium-Ion Battery Fire Testing Capabilities
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 United States Coast Guard (USCG) Research and Development Center, under the Coast Guard Futures Development and Integration (FD&I) Directorate, is conducting market research through a Request for Information (RFI) to identify organizations capable of performing fire testing on lithium-ion (Li-ion) batteries. This effort aims to gather data to enhance maritime safety through improved personnel protection, vessel design, and fire suppression systems. Responses are due May 27, 2026.
Purpose & Scope
This RFI is for market research only and is not a solicitation for proposals or quotations; no contract will be awarded from this RFI. The USCG seeks to understand the technical capabilities of industry to conduct comprehensive fire testing on Li-ion batteries. The gathered information will inform future policy and capability requirements related to Li-ion battery safety in maritime environments.
Key Information Requested
Respondents should provide detailed information on their capabilities, including:
- Technical Facilities: Description of testing facilities, including size, environmental controls, safety systems, and capacity for small, medium, and large-scale testing.
- Data Collection: Instrumentation capabilities, sensor types, accuracy, and data acquisition methods for parameters like voltage, temperature, heat release rate, and vapor analysis.
- Testing Procedures: Experience with Li-ion battery fire test procedures, scalability, and ability to incorporate fixed fire suppression systems.
- Safety & Environment: Protocols for handling Li-ion batteries and hazardous materials.
- Past Performance: Experience on similar projects and with different acquisition options (e.g., Government-Furnished Equipment).
- Cost Estimates: Rough Order of Magnitude (ROM) cost estimates for medium and large-scale testing.
Submission Requirements
Responses must include:
- A one-page cover letter with company information and a summary of the response.
- A detailed response (maximum 5 pages) addressing the specific technical information requested.
- Supporting documentation such as photographs, diagrams, and sample data reports is encouraged.
- Information on previously awarded US Government or international contracts for similar services.
Contract & Timeline
- Type: Request for Information (RFI) / Sources Sought
- Set-Aside: None specified (Market Research)
- Response Due: May 27, 2026, at 03:59 AM UTC
- Published: May 11, 2026
- Primary PSC: AC12 (National Defense R&D Services; Applied Research)
- NAICS Codes: 541380, 541715, 541330, 541990
Additional Notes
This RFI is issued by the HQ CONTRACT OPERATIONS (CG-912) office. The place of performance for the testing would be at the respondent's facilities, though the USCG office is in New London, CT.