Cable Assembly, Radi

SOL #: W31P4Q-26-Q-0006Solicitation

Overview

Buyer

DEPT OF DEFENSE
Dept Of The Army
W6QK ACC-RSA
REDSTONE ARSENAL, AL, 35898-5090, United States

Place of Performance

Place of performance not available

NAICS

Current-Carrying Wiring Device Manufacturing (335931)

PSC

Cable, Cord, And Wire Assemblies: Communication Equipment (5995)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)

Timeline

1
Posted
Mar 4, 2026
2
Submission Deadline
Apr 3, 2026, 10:00 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 Army, W6QK ACC-RSA, is soliciting proposals for a 5-year Indefinite Delivery Indefinite Quantity (IDIQ) contract for Cable Assembly, Radi (NSN: 5995-01-411-1691, P/N: 11472476). This procurement is a Total Small Business Set-Aside. Proposals are due by April 3, 2026.

Scope of Work

This opportunity requires the provision of "Cable Assembly, Radi" with a minimum quantity of 27 and a maximum of 35 units over the contract's duration. Key requirements include:

  • Product: Cable Assembly, Radi (NSN: 5995-01-411-1691, Part Number: 11472476).
  • Testing: Production Lot Testing (PLT) is mandatory for all units.
  • Packaging: Compliance with Mil-STD-129 and ISPM-15 for wood packaging.
  • Identification: Unique Item Identification (UID) is required for items meeting specific criteria, such as those costing over $5,000.
  • Technical Compliance: Adherence to stringent technical standards, including ANSI/J-STD-001 Class 3 for soldering, GEIA-STD-0005-1 for Lead-Free Control Plans (LFCP), and SAE AS5553 for Counterfeit Risk Management Plans. Contractors must maintain a parts control program with traceable records.
  • Technical Data Package (TDP): The TDP serves as the baseline Parts Selection List (PPSL). Deviations require a Government-approved Request for Deviation (RFD) with objective evidence and technical justification. Access to the TDP requires active certification in the Joint Certification Program (JCP).

Contract & Timeline

  • Contract Type: 5-Year Indefinite Delivery Indefinite Quantity (IDIQ)
  • Pricing: Firm Fixed Price (CLIN)
  • Set-Aside: Total Small Business Set-Aside (FAR 19.5)
  • Quantities: Minimum 27 units / Maximum 35 units. Delivery orders will have a minimum of 2 units.
  • Period of Performance: Five ordering periods, each approximately 365 days, commencing from the award date.
  • Proposal Due: April 3, 2026, Close of Business.
  • Published: March 4, 2026.

Submission & Evaluation

Proposals must be submitted via email to LINDSAY.D.JENNINGS.CIV@ARMY.MIL. The solicitation notes that accelerated delivery is authorized at no additional cost to the Government. This is a request for information, and quotations are not considered offers. The government is not obligated to order beyond the minimum quantity.

Additional Notes

Bidders must ensure active certification in the Joint Certification Program (JCP) to obtain access to the Technical Data Package (TDP). The solicitation includes various FAR and DFARS clauses.

People

Points of Contact

Lindsay JenningsPRIMARY

Files

Files

Download
Download
Download

Versions

Version 1Viewing
Solicitation
Posted: Mar 4, 2026
Cable Assembly, Radi | GovScope