61--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 / NAVSUP Weapon Systems Support Mech has issued a solicitation for the manufacture and supply of CABLE ASSEMBLY,SPEC. This opportunity is designated as a Total Small Business Set-Aside. The resultant award will be a bilateral agreement, and the requirement is pursuant to Emergency Acquisition Flexibilities (EAF) and will be DO certified under the Defense Priorities and Allocations System (DPAS). Proposals are due by April 6, 2026, at 8:30 PM ET.
Scope of Work
This contract requires the design, manufacture, and performance of CABLE ASSEMBLY,SPEC in accordance with drawing 5893729, cage 53711, and other specified documents. Key requirements include:
- Mercury-Free: Materials must be free from mercury contamination for use on submarines/surface ships.
- Security Clearance: Contractors must possess a Government Security Clearance (DD Form 254).
- Qualified Manufacturer: To qualify, contractors must manufacture and test two each of 5W1, 5W2, 5W7, and 5W8 Cable Assemblies per specification 53711-5894148, REV J.
- Serialization: Each unit must be marked with a Government serial number obtained from NUWC Division Newport.
Contract & Timeline
- Type: Solicitation (bilateral award)
- Set-Aside: Total Small Business
- Response Due: April 6, 2026, 8:30 PM ET
- Published: February 5, 2026
- Option Provision: Includes an option for increased quantity (365 days after award) via modification. Pricing for this option must be submitted.
- Quality System: Requires a quality system acceptable to the Government, in accordance with ISO 9001 (MIL-I-45208 also permitted).
- Packaging: MIL-STD 2073 applies.
Evaluation
Award will be based on the lowest aggregate total price submitted for the total quantity, inclusive of the option provision.
Key Requirements & Notes
- Drawings Access: Access to drawings must be requested on the SAM.gov individual solicitation page, followed by an email to the listed POC.
- Configuration Control: Adherence to MIL-STD-973 for Engineering Change Proposals, Deviations, and Waivers.
- CDRLs: Certificate of Quality Compliance CDRLs must be delivered to specified NUWC Newport email addresses.
- Post-Award Conference: A post-award conference is recommended, with NUWC Newport expressing interest in participating.
- Waivers: OTSI (CAGE: 0F1X1) is specifically waived from all CDRL requirements, including Production Lot Testing (PLT) and First Article Testing (FAT).