CABLE ASSEMBLY, RADI
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 Army (ACC-RSA) has issued an amendment to a solicitation for CABLE ASSEMBLY, RADI (NSN: 5995-01-618-5033, Part Number: 13646605-4). This opportunity has been converted from a one-time buy to a five-year Firm Fixed Price, Indefinite Delivery Indefinite Quantity (IDIQ) contract. Proposals are due March 4, 2026.
Scope of Work
This IDIQ contract is for the supply of CABLE ASSEMBLY, RADI, with a minimum quantity of 32 each and a maximum of 76 each over five ordering periods. The ordering periods are structured as follows:
- Period 1 (Months 1-12): 32 each
- Period 2 (Months 13-24): 11 each
- Period 3 (Months 25-36): 11 each
- Period 4 (Months 37-48): 11 each
- Period 5 (Months 49-60): 11 each
First Article Testing (FAT) is not required, but Production Lot Testing (PLT) is mandatory for all units, with 60 days allowed for completion.
Contract & Timeline
- Contract Type: Firm Fixed Price, Indefinite Delivery Indefinite Quantity (IDIQ)
- Duration: Five years (60 months)
- Set-Aside: None specified
- Proposal Due Date: March 4, 2026, by 22:00 UTC
- Published Date: February 25, 2026
- Place of Performance: Redstone Arsenal, AL, United States
Key Requirements & Evaluation
Bidders must have active certification in the Joint Certification Program (JCP) to access the Technical Data Package (TDP). Drawings will be provided via encrypted email or the DoD SAFE site. The award will be made to the responsive, responsible offeror with the lowest overall cost.
Special provisions require adherence to ANSI/J-STD-001, Class 3 for electronic fabrication, maintenance of an electronic/electrical parts control program, a Lead Free Control Plan (LFCP), and a Counterfeit Risk Management Plan. Contractors must also follow specific procedures for submitting Engineering Change Proposals (ECPs), Value Engineering Change Proposals (VECPs), Requests for Deviations (RFDs), and Requests for Variance (RFVs) using specified RDMR forms.
Submission Details
Proposals must be submitted via email to TAMELA.D.RIGGS.CIV@MAIL. Offerors must acknowledge receipt of this amendment.