59--CABLE ASSEMBLY,SPEC
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 Navy, specifically NAVSUP Weapon Systems Support Mech, is soliciting proposals for 80 Special Purpose Cable Assemblies (AN/BRR-6 Tow Cable Assembly) for use on Navy submarines. This is a Total Small Business Set-Aside opportunity. Proposals are due by April 10, 2026.
Scope of Work
This competitive solicitation is for the procurement of 80 AN/BRR-6 Tow Cable Assemblies, P/N 5361667-1. The assemblies must meet detailed material, electrical, physical, mechanical, and test requirements outlined in Drawing 5361667 and NSWCCD-SSES Specifications 0064-0010 and 0064-0020. Key components include Tow Cable P/N 5361667-3 (Source Control Item from Rochester Company) and connectors P/N 5361667-21 and 22 (from TE Connectivity). The Tow Cable Container (NSN 8145-01-670-2197) will be provided as Government Furnished Property (GFP), with NAVSUP requesting pricing for 20 crates and providing an additional 60. All materials must be mercury-free.
Contract & Timeline
- Type: Firm Fixed Price
- Set-Aside: Total Small Business
- Proposal Due: April 10, 2026, 6:00 PM ET
- Published: March 11, 2026
Key Requirements & Testing
Offerors must fabricate, inspect, and test two first article cable specimens:
- A destructive "Tow Staff and Molded Connector Assembly" (at least 10-foot length of tow cable P/N 5361667-3).
- A non-destructive "Tow Cable Assembly" P/N 5361667-1. Government approval of the first specimen's testing report is required before commencing the second. The supplier's Quality Inspection System must comply with MIL-I-45208 or ISO 9001 and NCSL Z540.3 or ISO 10012, and a written Quality Inspection and Test Plan is required.
Submission Instructions
Proposals must be completed, signed, and returned as an attachment to an email directed to the Contract Specialist at tonya.l.nearhood.civ@us.navy.mil. Proposals submitted via NECO are not acceptable. Drawing requests require an approved DD2345 on file and must be submitted via SAM.gov. Offerors should review the entire Technical Data Package (TDP), DD1423 CDRLs, and drawings.
Contact Information
For general inquiries, contact VLADIMIR.MAKSIMCHUK at VLADIMIR.MAKSIMCHUK@NAVY.MIL or 215-697-3533.