Small Business Set Aside Brand Name or Equal for 2 Lithium Battery Storage/Charging Container per attachments
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 Navy, Naval Surface Warfare Center, is seeking proposals for the procurement of two (2) Lithium Battery Storage/Charging Containers on a Total Small Business Set-Aside basis. This opportunity requires a "Brand Name or Equal" solution, with specific compliance to UFC 3-520-05 requirements for lithium battery storage. Quotes are due by January 28, 2026, at 11:00 AM Central Time.
Scope of Work
This solicitation is for the fabrication and delivery of two MILVAN/Lithium Battery Storage/Charging Containers to the Naval Surface Warfare Center, Panama City Division (NSWC PCD). Key requirements include:
- Compliance with UFC 3-520-05 for lithium battery storage.
- Detailed specifications for physical dimensions, structural framework (4-hour exterior, 1-hour roof fire rating, 150 MPH wind load, seismic category C).
- Integration of essential systems: static grounding, gravity air flow vents, explosion-proof exhaust fan, fire alarm, dry chemical fire suppression, water sprinkler system, and a heat pump mini-split.
- Use of highest grade American-made steel, with all welding procedures compliant with American Welding Society and ASTM standards.
- Adherence to UL, ASTM, IBC, and NAAMM performance standards.
Key Requirements
- Deliverables: Contractors must provide a Contract Data Requirements List (CDRL) including work summary reports (DI-MISC-80447), due within five days after construction completion, in contractor format as signed PDF files via email.
- Contract Clauses: The contract incorporates various FAR and DFARS clauses, covering aspects such as electronic payment requests via Wide Area Workflow (WAWF), cybersecurity, small business concerns, and specific Navy support clauses.
- Security: The requirement is UNCLASSIFIED, but contractors must adhere to specific requirements for handling Controlled Unclassified Information (CUI) and employ Operations Security (OPSEC) measures.
Contract Details
- Contract Type: Combined Synopsis/Solicitation (Brand Name or Equal)
- Set-Aside: Total Small Business (FAR 19.5)
- Product/Service Code: 5410 (Prefabricated And Portable Buildings)
- Place of Performance: Panama City Beach, FL
- Delivery Location: Naval Support Activity, Building 100, 110 Vernon Avenue, Panama City, FL 32407-7001
- Period of Performance: From date of award until 180 days after purchase order award.
Evaluation Criteria
Award will be based on the best value to the government, considering:
- Price
- Delivery
- Quality
- Past Performance
Submission Instructions
- Quotes Due: Wednesday, January 28, 2026, 11:00 AM Central Time (17:00:00Z).
- Submission Method: Email quotes (on company letterhead with full specifications) to kaitlin.h.summerville.civ@us.navy.mil.
- Required Information: Quotes must include cage code and lead time. If shipping is not included, provide a separate line item for shipping.
- Invoicing: Contractors must be able to invoice through Wide Area Workflow (WAWF).
- Late quotes will not be accepted.
Contact Information
- Primary Contact: Kaitlin Summerville (kaitlin.h.summerville.civ@us.navy.mil)