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, specifically NAVSUP WEAPON SYSTEMS SUPPORT MECH, has issued a Total Small Business Set-Aside Request for Quotation (RFQ) for the procurement of CABLE ASSEMBLY,SPEC. This solicitation requires the manufacture and supply of cable assemblies meeting specific design and quality standards. Quotations are due by March 5, 2026.
Scope of Work
This opportunity is for the manufacture and supply of CABLE ASSEMBLY,SPEC, adhering to detailed design, manufacturing, and performance requirements outlined in drawings 6387659-89 and WS19179E (cage 53711). The contract will be issued bilaterally, requiring the contractor's written acceptance.
Key Requirements
- Quality & Testing: Requires both Contractor and Government First Article Approval (FAT). Contractor FAT is non-destructive on one unit, followed by Government destructive system compatibility testing at NSWC Port Hueneme. Production Lot Test and 100% acceptance testing per WS19202, Paragraph 4, are mandatory.
- Standards: Compliance with MIL-STD-130 for marking, MIL-STD-973 for Configuration Management (including ECPs, Deviations, Waivers), and IPC J-STD-001 Class 3 for soldering.
- Mercury-Free: Strict mercury-free requirements for materials intended for submarines/surface ships, with specific protocols for approval if mercury is functionally required.
- Traceability: Offerors not the manufacturer must provide manufacturer name and CAGE code, and retain supply chain traceability documentation for five years post-payment. This includes item description, part number/NSN, manufacturing source, CAGE, and all intermediaries.
- Packaging: MIL-STD 2073 packaging and military packaging with bar coding are required.
- Inspection System: An inspection/quality system acceptable to the Government, per MIL-I-45208 or ISO 9001/9002, is required.
Contract & Timeline
- Type: Solicitation (RFQ) for a "buy"
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- Product Service Code: 6150 - Miscellaneous Electric Power And Distribution Equipment
- Response Due: March 5, 2026, 8:30 PM EST
- Published: February 3, 2026
Submission Instructions
Offerors must provide Unit Price, Total Price (both FIRM), Procurement Turnaround Time (PTAT), Awardee CAGE, and Inspection & Acceptance CAGE (if different). Do not include shipping costs as freight is FOB Origin. Proof of authorized distributorship is required for non-manufacturers. All questions should be directed to the Point of Contact.
Contact Information
For inquiries, contact SARAH.R.HALEY2.CIV@US.NAVY.MIL or call 717-605-3550.