Enhanced Maritime Biological Detection (EMBD) - Shipboard Power Pack
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 Army, ACC-APG, is soliciting proposals for the design, test, and delivery of a replacement Shipboard Power Pack (SPP) for the Enhanced Maritime Biological Detection (EMBD) system. This Total Small Business Set-Aside opportunity seeks to enhance the performance, reliability, and efficiency of the EMBD system's power supply. Proposals are due March 9, 2026, at 12:00 PM EST.
Scope of Work
The contractor will design, test, and deliver a replacement SPP that functions as an Uninterruptible Power Supply (UPS). The SPP must provide clean, conditioned 115 VAC and 24 VDC power, with dual output capabilities of 250 watts of 24 VDC and 1,250 kW of AC output. The AC output must be a pure sinewave suitable for nonlinear loads, and the DC output must be stable and low-noise for critical electronic loads. The SPP must also condition input power, blocking surges, spikes, and transients.
Deliverables include three (3) test units for government acceptance testing, with an option for up to twenty (20) production units upon successful testing. All work, including acceptance of deliverables, must be completed within twelve (12) months after award. Test units are due no later than 150 calendar days after award, with production units due NLT 90 days after option exercise. The delivery location is Norfolk Naval Station, Bldg X-132, Norfolk, VA.
Key Requirements & Standards
The SPP must comply with specifications outlined in EA-E-2450 (PSPEC) and 10080053F (Interface Control Document). The contractor is required to conduct a Critical Design Review (CDR), First Article Testing (FAT), and a Production Readiness Review (PRR). Other requirements include implementing a Failure Reporting, Analysis, and Corrective Action System (FRACAS), a Quality Control Plan (QCP), and a Failure Mode, Effects, and Criticality Analysis (FMECA). Compliance with IPC standards (IPC-J-STD-001, IPC-A-610, IPC/WHMA-A-620) and applicable environmental laws is mandatory. A standard commercial warranty for one (1) year is required. Government Furnished Property (GFP) will include one current SPP and an isolation mount.
Contract Details
- Type: Combined Synopsis/Solicitation under FAR Part 13 (Simplified Acquisition Procedures)
- Set-Aside: Total Small Business Set-Aside
- NAICS Code: 335999 (All Other Miscellaneous Electrical Equipment and Component Manufacturing)
- Product Service Code: 5999 (Miscellaneous Electrical And Electronic Components)
- Period of Performance: 12 months after award
- Place of Performance: Norfolk Naval Station, Norfolk, VA
Submission & Evaluation
Proposals must be submitted electronically in PDF and/or Excel format, split into three separate files: Technical, Cost/Price, and Past Performance. A Property Management Plan must also be submitted separately. Proposals are due March 9, 2026, at 12:00 PM EST. Questions were due by February 24, 2026.
Access to controlled technical documents (PSPECs, ICDs) requires a request by February 17, 2026, and verification of security compliance, including JCP certification, NIST SP 800-171 Assessment, CMMC Level 1 (Self) reflected in SPRS, and a DFARS Clause 252.204-7012 compliance statement. Proposals submitted without reviewing these controlled documents may be deemed technically unacceptable.
Proposals will be evaluated on a best-value trade-off basis, with factors in descending order of importance: Technical, Past Performance, and Cost/Price. A "Meet" rating for Technical and an "Acceptable" rating for Past Performance are required.
Contact Information
- Primary: Kevin Rohe (kevin.t.rohe.civ@army.mil)
- Secondary: Gentian Mulla (gentian.mulla.civ@mail.mil)