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 Naval Surface Warfare Center (NSWC) Crane is soliciting competitive proposals for the procurement, installation, and configuration of Power Monitoring Equipment at its Crane, Indiana facility. This opportunity is a 100% Total Small Business Set-Aside. Proposals are due by April 27, 2026, at 12:00 PM Eastern Time.
Scope of Work
NSWC Crane requires a comprehensive power monitoring system for three electrical rooms. This includes the provision of new electrical metering equipment (meters, wireless CT sensors, transmitters, bridges, coils, and associated hardware) and all necessary labor, materials, tools, and supervision for installation and system configuration. The system must be modular, capable of expansion, and utilize cellular data transmission to a centralized data management software. Key technical requirements include continuous power monitoring, independent phase monitoring, sensor relocation capability, and data transmission every minute or less. Sensors must measure current, voltage, and power with high accuracy (1.5% or better) and sample at a minimum of 7.68 kHz. Power quality sensors are required for main panel feeds, measuring over/under voltage, spikes, frequency variation, and waveform distortion with approximately 1% accuracy and a 15 kHz sampling rate. The software must provide centralized data hosting, analytics, graphs, alerts, and data export functionality. An accompanying drawing (Attachment A7_Dwgs) visually details the electrical power distribution system, which is crucial for bidders to understand the infrastructure and scope.
Contract & Timeline
- Contract Type: Firm Fixed Price (FFP) for both line items.
- Set-Aside: 100% Total Small Business Set-Aside (FAR 19.5).
- NAICS Code: 423610 (Electrical Apparatus and Component Manufacturing) with a 200-employee size standard.
- CMMC Requirement: Level 1 (Self) is required for all information systems handling Federal Contract Information (FCI) or Controlled Unclassified Information (CUI).
- Response Due: April 27, 2026, 12:00 PM Eastern Time.
- Published Date: April 9, 2026.
- Place of Performance: Crane, IN.
Submission & Evaluation
Award will be based on a Low Price Technically Acceptable (LPTA) evaluation. Offerors must submit a signed SF 1449, product literature or a capabilities document demonstrating compliance with specifications and drawings, and pricing for each CLIN. A completed Technical Evaluation Matrix is also required. Technical Approach will be evaluated based on product literature, and Past Performance will be assessed via the Supplier Performance Risk System (SPRS); an unacceptable SPRS rating will result in disqualification. Offerors must be properly registered in SAM.gov and maintain a current account. Offers must be emailed to heather.r.summers3.civ@us.navy.mil.
Additional Notes
All changes or amendments will be posted to SAM.gov; interested vendors are responsible for monitoring the site. Payment will be made via Wide Area WorkFlow (WAWF), and inspection/acceptance will occur at NSWC Crane, IN.