59--CABLE ASSEMBLY,SPEC, IN REPAIR/MODIFICATION OF
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, NAVSUP Weapon Systems Support Mech, is soliciting proposals for the repair and modification of CABLE ASSEMBLY, SPEC (PSC 5995). This requirement is issued under Emergency Acquisition Flexibilities (EAF) and is a Total Small Business Set-Aside. The solicitation seeks a contractor to perform comprehensive repair efforts, including teardown, evaluation, and full repair, for these critical components. Quotes are due by February 27, 2026.
Scope of Work
This contract covers the repair and quality requirements for CABLE ASSEMBLY, SPEC. The contractor will be responsible for performing all repair work according to standard practices, manuals, and directives, including drawings and technical orders. Key tasks include:
- Completing a Teardown & Evaluation (TD&E) within 90 days of carcass receipt and submitting a Firm-Fixed Price (FFP) quote for the full repair.
- Including all costs associated with receipt and repair of material, even if unwhole, damaged, or missing parts.
- Adhering to Mercury-Free requirements for items intended for submarine/surface ship use.
- Performing marking in accordance with MIL-STD-129, MIL-STD-130, and specific drawings (e.g., DWG 6964860 IAW DWG 6964587 note 6).
- Serialization of each cable assembly, obtaining serial numbers from NUWC_NPT_SerialNumbers@navy.mil.
- Ensuring all inspection and testing requirements are met per original manufacturer specifications and drawings, maintaining records for 365 days.
- Packaging in accordance with MIL-STD 2073.
Contract & Timeline
- Type: Solicitation for repair services, resulting in a bilateral award.
- Set-Aside: Total Small Business Set-Aside.
- Response Due: February 27, 2026, 21:30 UTC (extended from December 15, 2025).
- Published: January 22, 2026.
- Priority Rating: DO certified for national defense under the Defense Priorities and Allocations System (DPAS).
- Repair Turn Around Time (RTAT): Requested 160 days, with price reductions for non-compliance.
Evaluation
Award consideration will be given to authorized distributors of the original manufacturer's item; proof of authorization is required with the offer. Quotes must provide an estimated repair price for the full effort and include the cost of new items for evaluation. Offerors must specify any exceptions to solicitation requirements (e.g., MIL-STD Packaging, Inspection/Acceptance locations); otherwise, award will be based on stated requirements.
Additional Notes
Access to drawings must be requested on the SAM.gov solicitation page, followed by an email to the Point of Contact. Technical questions regarding mercury-free requirements should be directed to the Procurement Contracting Officer via the Administrative Contracting Officer. Ordering information for applicable documents (MIL-STDs, etc.) is provided.