The U.S. Embassy Kyiv invites all interested companies to participate in a solicitation for supply and installation of new Energy Independence Kit EcoFlow Power Ocean Whole House Batteries. The vendor shall provide a detailed quote/commercial offer for supply of two (2) EcoFlow PowerOcean whole house battery (45 kWh capacity, 12kW inverter, 3-phase) with two (2) installations at the residences (addresses and dates for site visits will be provided after award). The order must be delivered complete to the U.S. Embassy Kyiv address: 4 Igor Sikorsky St., Kyiv, Ukraine in maximum 30 days after award of the contract/ purchase order. All devices must be new and officially imported to Ukraine and fully customs cleared. Repairs as well as other warranty services for the requested equipment must be available in Ukraine.
Specifications and Requirements: PowerOcean EcoFlow
- 45,000 Wh capacity
- 12,000 W minimum power output – inverter
- 3-Phase
- Warranty: min 10 year from re-seller
Commercial offers shall include detailed description of the item that meet or exceed the specifications and requirements provided in the solicitation, cost per unit, number of units and the total value of the order including delivery to the U.S. Embassy Kyiv address and installation at the specified addresses in Kyiv, Ukraine . The offer shall be supported with the certificate of authorized Distributor/Partner/Reseller from the manufacturer as well as completed Express NDAA Compliance Certification Form (attached).
Commercial offers shall be submitted in English language by e-mail to: KyivSolicitations@state.gov with subject line: “Supply and Installation of Whole House Battery Backup: PR15419411" by 17:00 (local time) August 11, 2025. No offers will be accepted after indicated deadline. Offers must be submitted in PDF or ZIP-format.
All solicitation related questions shall be addressed at KyivSolicitations@state.gov with the reference to subject line: “Supply and Installation of Whole House Battery Backup: PR15419411" by 17: 00 (local time) August 1, 2025.
According to U.S. Federal Acquisition Regulations (FAR), advance payment is prohibited. Payment for the order will be made upon receipt and installation of equipment. Pursuant to the Prompt Payment Act of the FAR, the U.S. Government must make the payment within 30 calendar days after receipt of the equipment and complete installation based on valid detailed invoice. It is required to confirm in your offer that specified payment terms and delivery terms are acceptable.
According to FAR 4.1102 in case the amount of offer/order exceeds $30,000, all prospective offerors are required to have active registration at System for Award Management: www.sam.gov prior to award of the contract and through the final payment.
System updates may lag policy updates. The SAM may continue to require entities to complete representations based on provisions that are not included in agency solicitations, including 52.223-22, Public Disclosure of Greenhouse Gas Emissions and Reduction Goals—Representation, and paragraph (t) of 52.212-3, Offeror Representations and Certifications—Commercial Products and Commercial Services, 52.222-25, Affirmative Action Compliance, and paragraph (d) of 52.212-3, Offeror Representations and Certifications—Commercial Products and Commercial Services. Agencies and Contracting Officers will not consider these representations when making award decisions or enforce requirements. Entities are not required to, nor are they able to, update their entity registration to remove these representations in SAM.
The U.S. Government intends to make an award to the responsible vendor submitting an acceptable quotation at the lowest price. We intend to award a purchase order based on initial commercial offer/quote, without holding discussions, although we may hold discussions with vendors in the competitive range if there is a need to do so.