Sole Source to UltraLife Corporation for Lithium Batteries 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), under the Department of the Navy, is conducting a Sole Source procurement for Lithium Batteries (BA-5390/U 13Ah MIL-PRF-32271, Part Number UB0048) from UltraLife Corporation. This is a Combined Synopsis/Solicitation for a firm fixed-price purchase order for 2000 units. While a sole source justification is provided, all quotes submitted by the close date will be reviewed.
Scope of Work
This procurement is for 2000 units of Lithium Battery BA-5390/U 13Ah MIL-PRF-32271 (Part Number UB0048). These batteries are critical for the operational mission duration of the Mine MK 68 (All Mods) system and must meet stringent volumetric and energy capacity constraints. The justification states that UltraLife Corporation is the only known source capable of meeting these unique requirements, as other evaluated battery packs did not suffice, and a pivot would necessitate significant redesign and impact fleet requirements.
Contract & Timeline
- Type: Combined Synopsis/Solicitation, Sole Source (Firm Fixed-Price Purchase Order)
- Product Service Code: 6135 (Batteries, Nonrechargeable)
- Set-Aside: None (Sole Source)
- Place of Performance: Panama City Beach, FL
- Response Due: January 30, 2026, at 5:00 PM EST
- Published: January 26, 2026
Evaluation
Quotes submitted in response to this announcement will be reviewed. Submissions must include a Capabilities Statement, Proof of past performance for similar work, and CAGE code. The evaluation factors for award, as per the clauses document, include Best Value considering Price, Delivery, Quality, and Past Performance, as well as SPRS past performance.
Additional Notes
The government has not acquired rights to the design or data package for these commercial items. The Contracting Officer has determined this sole source award represents the best value. The solicitation incorporates various FAR and DFARS clauses, including those for commercial items, payment instructions (WAWF), and representations regarding telecommunications and video surveillance services. Bidders must review the attached clauses document for full contractual requirements.
Contact Information
- Primary: Kaitlin Summerville (kaitlin.h.summerville.civ@us.navy.mil)
- Secondary: Jamell L. Kilgore (jamell.l.kilgore.civ@us.navy.mil)