1355-01-436-4620 CWFP CABLE ASSY, ADCAP F/MK48 MODS 6 AND 7 TORPEDOES

SOL #: N0010426RK022Pre-Solicitation

Overview

Buyer

Dept Of Defense
Dept Of The Navy
NAVSUP WEAPON SYSTEMS SUPPORT MECH
MECHANICSBURG, PA, 17050-0788, United States

Place of Performance

Place of performance not available

NAICS

Explosives Manufacturing (325920)

PSC

Torpedo Inert Components (1355)

Set Aside

No set aside specified

Timeline

1
Posted
Oct 7, 2025
2
Last Updated
Feb 26, 2026
3
Response Deadline
Nov 25, 2025, 10:00 PM

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 Navy / NAVSUP Weapon Systems Support (WSS) MECH has issued a Firm-Fixed-Price Solicitation for the procurement of CWFP Cable Assemblies (NSN: 4T 1355-01-436-4620). These cable assemblies are required for ADCAP F/MK48 Mods 6 and 7 Torpedoes. The solicitation has been amended, and proposals are now due by April 13, 2026.

Scope of Work

This opportunity seeks to acquire MK62 Mod 1 A Cable assemblies. Key requirements include:

  • Standard cable assemblies (Item 0001)
  • First Article (Preproduction) Test Samples (Item 0001AB)
  • Production Lot (Periodic) Test Samples (Item 0001AC)
  • Additional items for RX: TBD, TAC: NSTS (Items 0001AD, 0001AE, 0001AF)
  • An option line item (0002) for FY28 requirements. Detailed specifications and drawings, such as DWG 6894510 Rev H, are referenced. The solicitation also outlines specific requirements for Packaging, Preservation, and Transportation (Section D), and Inspection and Acceptance, including Production Lot Test Samples and First Article Approval (Section E).

Contract & Timeline

  • Type: Firm-Fixed-Price (FFP)
  • Set-Aside: None explicitly stated; however, Small Business Utilization is an evaluation factor.
  • Response Due: April 13, 2026, 02:00 PM local time.
  • Published: February 26, 2026 (latest amendment date).

Evaluation

Proposals will be evaluated based on:

  • Past Performance: Significantly more important than Small Business Participation, considering Quality, Timeliness of Delivery, and Small Business Utilization. Offerors must achieve at least a "limited confidence" rating.
  • Small Business Participation
  • Price All factors other than price are significantly more important than price. The government reserves the right to award without discussions.

Additional Notes

A Contract Data Requirements List (CDRL), DD Form 1423-1, is attached as Exhibit A. This document details required data items such as Test Procedures, Test/Inspection Reports, Failure Analysis/Corrective Action Reports, and Contractor's Progress, Status and Management Reports. Bidders must understand these requirements for accurate cost estimation and compliance. Proposals must be submitted electronically via email to mckenzy.s.harris.civ@us.navy.mil.

People

Points of Contact

Files

Files

No files attached to this opportunity

Versions

Version 5
Solicitation
Posted: Feb 26, 2026
View
Version 4
Solicitation
Posted: Jan 21, 2026
View
Version 3
Solicitation
Posted: Jan 12, 2026
View
Version 2Viewing
Pre-Solicitation
Posted: Nov 10, 2025
Version 1
Sources Sought
Posted: Oct 7, 2025
View