Small Business Set Aside Brand Name or Equal for 2 Lithium Battery Storage/Charging Container per attachments

SOL #: N61331-26-Q-KS17Combined Synopsis/Solicitation

Overview

Buyer

Dept Of Defense
Dept Of The Navy
NAVAL SURFACE WARFARE CENTER
PANAMA CITY BEACH, FL, 32407-7001, United States

Place of Performance

Panama City Beach, FL

NAICS

Prefabricated Metal Building and Component Manufacturing (332311)

PSC

Prefabricated And Portable Buildings (5410)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)

Timeline

1
Posted
Jan 22, 2026
2
Last Updated
Feb 11, 2026
3
Submission Deadline
Jan 29, 2026, 3:00 PM

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 Surface Warfare Center (NSWC PCD) is soliciting proposals for the fabrication and delivery of two (2) "Brand Name or Equal" Lithium Battery Storage/Charging Containers. This is a Total Small Business Set-Aside opportunity. Quotes, including full specifications, are due via email by January 29, 2026, at 9 AM Central Time.

Scope of Work

This requirement is for two MILVAN/Lithium Battery Storage/Charging Containers to be delivered to Naval Support Activity, Panama City, FL. The containers must comply with best practices for lithium battery storage and meet UFC 3-520-05 requirements. Key design considerations include ventilation, fire suppression, temperature control, and emergency response measures. Specific requirements include a mandatory four (4) hour wall fire-resistance rating, 150 MPH wind load, seismic category C, and minimum exterior dimensions of 22' x 11'6" x 9'9" (a 40'L container is too large). Containers must be adaptable for both free-standing and future rack-mounted batteries, though simultaneous charging and storage are not required. A UL, ULC Listed, and FM Approved Dry Chemical Fire Suppression System (21 LB) for Class A, B, and C fires is required, including remote annunciation, fusible link detection, a manual pull station, nozzles for total flooding, and an audible alarm. The contractor must use the highest grade American-made steel, with welding procedures complying with American Welding Society and ASTM standards. The period of performance is 180 days after purchase order award.

Contract Details & Submission

This is a Combined Synopsis/Solicitation. Quotes must be submitted on company letterhead, include full specifications, CAGE code, and lead time, and be emailed to kaitlin.h.summerville.civ@us.navy.mil. Bidders must be able to invoice through Wide Area Workflow (WAWF) and include shipping as a separate line item if not integrated into the price. A Contract Data Requirements List (CDRL) for a Contract Summary Report (DI-MISC-80447) is required, due five days after construction completion, in contractor format as a signed PDF.

Evaluation Factors

Award will be based on the best value to the government, considering Price, Delivery, Quality, and Past Performance.

Key Dates

  • Quotes Due: January 29, 2026, 9 AM Central Time
  • Published Date: January 29, 2026

People

Points of Contact

Kaitlin SummervillePRIMARY

Files

Files

Download
Download
Download
Download
Download

Versions

Version 5
Award Notice
Posted: Feb 11, 2026
View
Version 4Viewing
Combined Synopsis/Solicitation
Posted: Jan 29, 2026
Version 3
Combined Synopsis/Solicitation
Posted: Jan 28, 2026
View
Version 2
Combined Synopsis/Solicitation
Posted: Jan 22, 2026
View
Version 1
Combined Synopsis/Solicitation
Posted: Jan 22, 2026
View
Award Notice to Atlantic Diving Supply, Inc. for Lithium Battery Storage/Charging Container | GovScope