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 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