CABLE ASSEMBLY
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 repair of CABLE ASSEMBLY. This opportunity seeks authorized repair sources to provide firm-fixed-price, not-to-exceed, or estimated repair services. Quotes are due by April 24, 2026.
Scope of Work
This solicitation covers the repair and quality requirements for CABLE ASSEMBLY, specifically for CAGE/Reference Number 10001 3268979. Key requirements include:
- Authorized Repair Source: Offerors must be authorized repair sources for the original manufacturer's item. Proof of authorization is required with the quote.
- Repair Turnaround Time (RTAT): A requested RTAT of 191 days after receipt of asset. Contractors must provide a throughput constraint and acknowledge potential price reductions for inexcusable delays.
- Pricing: Quotes must be for the REPAIR of the item(s); test and evaluation (T&E) only quotes will not be accepted. Pricing can be Firm-Fixed-Price (FFP), Not-to-Exceed (NTE), or Estimated (EST).
- Technical Requirements: Repair work must adhere to contractor's standard practices, manuals, and directives, including specific drawing data (e.g., 3016484, 3268979, 5479017, 5479048). Marking must comply with MIL-STD-130, REV N.
- Quality Assurance: Contractor is responsible for all inspection requirements and maintaining records for 365 days post-delivery. Inspection and testing must follow original manufacturer's specifications.
- Packaging: MIL-STD 2073 packaging applies.
- Unique Identification: Must adhere to IUID requirements of DFARS 252.211-7003.
- Cybersecurity: Notice of Cybersecurity Maturity Model Certification (CMMC) Level Requirements (NOV 2025) is included.
Contract Details
- Type: Solicitation (Request for Quotation for Repair)
- Set-Aside: No set-aside specified.
- Options: The Government may exercise an option for an increased quantity of up to 100% (1 EA) within 365 days of contract award.
- Submission: Electronic submission of quotes, representations, and certifications via email to RUSSELL.W.KREIDER.CIV@US.NAVY.MIL.
- Required Quote Information: Detailed breakdown including repair unit price, total price, RTAT, price type, CAGE codes, basis of pricing, and a minimum 90-day quote expiration.
Evaluation Factors
Award will be based on best value to the Government, considering:
- Price
- Past Performance: Evaluated on successful performance, quality/timeliness, cost management, communication, and customer satisfaction.
- Supplier Performance Risk: As described in DFARS 252.204-7024.
Key Dates
- Response Due: April 24, 2026, 8:30 PM ET
- Published Date: April 8, 2026
Contact Information
- Contracting Officer: Russell W. Kreider
- Email: RUSSELL.W.KREIDER.CIV@US.NAVY.MIL
- Phone: 717-605-3918
Additional Notes
A Small Business Subcontracting Plan (DOD Contracts) is referenced. Offerors should review all clauses, including those related to Wide Area Workflow (WAWF) payment instructions and security prohibitions.