CABLE ASSEMBLY
SOL #: N0010426QXB00Solicitation
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
All Other Miscellaneous General Purpose Machinery Manufacturing (333998)
PSC
Torpedo Maintenance, Repair, And Checkout Specialized Equipment (4921)
Set Aside
No set aside specified
Original Source
Timeline
1
Posted
Mar 2, 2026
2
Last Updated
Mar 4, 2026
3
Submission Deadline
Mar 30, 2026, 8:30 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 Mech, is soliciting quotes for the REPAIR of CABLE ASSEMBLY (PSC 4921). This opportunity requires contractors to be an authorized repair source and adhere to specific repair turnaround times (RTAT). Quotes are due by March 30, 2026, 8:30 PM EST.
Scope of Work
This Request for Quotation (RFQ) is exclusively for the repair of CABLE ASSEMBLY, identified by CAGE 10001, Ref. No. 3268979. The scope includes:
- Performing repair work in accordance with contractor's standard practices, manuals, and directives.
- Meeting operational and functional requirements as represented by the CAGE Code and reference number.
- Marking items in accordance with MIL-STD-130, REV N.
- Adhering to MIL-STD 2073 for packaging.
- Complying with Item Unique Identification (IUID) requirements (DFARS 252.211-7003).
Contract Details & Requirements
- Contract Type: Firm-Fixed-Price (FFP), Not-to-Exceed (NTE), or Estimated (EST) for repair. Quotes for test and evaluation (T&E) only will not be accepted.
- Set-Aside: No specific set-aside is designated; however, a Small Business Subcontracting Plan (DOD Contracts) is required.
- Repair Turnaround Time (RTAT): A requested RTAT of 191 days after receipt of asset. Contractors must provide their RTAT and a monthly throughput constraint. A price reduction will be applied for failure to meet the required RTAT due to inexcusable contractor delay.
- Authorization: Only authorized repair sources will be considered for award.
- Inspection: Government Source Inspection and contractor responsibility for all inspection requirements.
- Option: The Government intends to include an option for increased quantity (up to 100% / 1 EA) for 365 days after contract award, per FAR Clause 52.217-6.
Submission & Evaluation
- Submission Method: Electronic submission of quotes, representations, and certifications via email to RUSSELL.W.KREIDER.CIV@US.NAVY.MIL.
- Required Quote Information: Must include repair unit price, total price, RTAT, price type, new unit price/delivery lead time, T&E fee (if applicable), CAGE codes, basis of pricing, cost breakdown (if feasible), and quote expiration date (minimum 90 days).
- Evaluation Factors (in order of importance):
- Price
- Past Performance
- Supplier Performance Risk (DFARS 252.204-7024)
Key Dates
- Response Due: March 30, 2026, 8:30 PM EST
- Published: March 2, 2026
Contact Information
- Contracting Officer: Russell W. Kreider
- Email: RUSSELL.W.KREIDER.CIV@US.NAVY.MIL
- Phone: 717-605-3918
People
Points of Contact
RUSSELL.W.KREIDER.CIV@US.NAVY.MILPRIMARY
Files
Files
Versions
Version 2
Solicitation
Posted: Mar 4, 2026
Version 1Viewing
Solicitation
Posted: Mar 2, 2026