Battery Power Supply
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 Defense Logistics Agency (DLA) Land Warren is soliciting proposals for a Firm-Fixed-Price contract for Battery Power Supply (NSN: 6130-01-604-1361, Part Number: 13022799). This is an unrestricted opportunity with proposals due by April 10, 2026, at 03:00 PM ET.
Scope of Work
This requirement is for the procurement of Battery Power Supply units. The basic quantity is 80 Each, with an option for up to 80 additional Each. The FOB point is Destination, and packaging must comply with MIL B standards. A First Article Test Report is required in accordance with FAR 52.209-3, and inspection and acceptance will be performed at Origin.
Contract & Timeline
- Type: Firm-Fixed-Price
- Set-Aside: None (Unrestricted)
- Proposal Due: April 10, 2026, 03:00 PM ET
- Published: March 23, 2026 (latest amendment date)
Technical Data Package (TDP)
The Technical Data Package (TDP) is considered competitive with purchase parts and is Export Controlled. Access requires completing and signing an "NDA for Government Protected Information" and submitting it to the primary point of contact. Only the Data Custodian, as identified in the United States/Canada Joint Certification Program (JCP), will be granted approval to download the TDP.
Submission & Evaluation
Offers must be submitted electronically via email to the Contract Specialist. Evaluation criteria are detailed in Section M of the solicitation. Amendment 0003 adds clause CS8001, requiring Contractor Retention of Supply Chain Traceability Documentation. Failure to submit acceptable traceability documentation may result in the offer not being eligible for award.
Additional Notes
Vendors must be registered on SAM.gov to access the Contract Opportunities website.