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 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 100% Small Business Set-Aside. The solicitation, W31P4Q-26-Q-0006, seeks to establish a Firm Fixed Price contract for these critical communication equipment components. Proposals are due by April 23, 2026.
Opportunity Details
This opportunity is for the procurement of "Cable Assembly, Radi" with a minimum quantity of 27 units and a maximum quantity of 35 units over the contract's duration. The contract will be structured as a 5-year IDIQ with Firm Fixed Price CLINs, comprising five ordering periods, each approximately 365 days, commencing from the award date. Delivery orders will have a minimum quantity of 2 each.
Key Requirements
Bidders must adhere to stringent technical and compliance standards. Key requirements include:
- Product: Cable Assembly, Radi (NSN: 5995-01-411-1691, P/N: 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 exceeding $5,000 in cost.
- Soldering: Compliance with ANSI/J-STD-001, Class 3, for electrical and electronic assemblies.
- Parts Control: Maintenance of an electronic/electrical parts control program with traceable records.
- Technical Data Package (TDP): The TDP serves as the baseline; any deviations require a Government-approved Request for Deviation (RFD).
- Lead-Free Control: A Lead-Free Control Plan (LFCP) following GEIA-STD-0005-1, including tin whisker mitigation per GEIA-STD-0005-2.
- Counterfeit Prevention: A Counterfeit Risk Management Plan meeting SAE AS5553, with procurement from original manufacturers or franchised distributors.
- First Article Approval: A process exists for requesting a waiver for First Article Approval, which may impact delivery schedules and costs.
Contract & Timeline
- Contract Type: 5-Year Indefinite Delivery Indefinite Quantity (IDIQ)
- Pricing: Firm Fixed Price (FFP)
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- Proposal Due Date: April 23, 2026
- Published Date: April 10, 2026
Submission & Contact
Proposals must be submitted via email to Lindsay Jennings at lindsay.d.jennings.civ@army.mil. To access the Technical Data Package (TDP), vendors must possess an active certification in the Joint Certification Program (JCP) at https://www.public.dacs.dla.mil/jcp/ext/#ext/dashboard.