CABLE ASSEMBLY,SPEC
SOL #: N0010425QLD79Solicitation
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
Power (335311)
PSC
Miscellaneous Electric Power And Distribution Equipment (6150)
Set Aside
No set aside specified
Original Source
Timeline
1
Posted
Jan 7, 2026
2
Submission Deadline
Feb 17, 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 (WSS) Mechanicsburg is soliciting offers for the manufacture and supply of CABLE ASSEMBLY,SPEC. This opportunity is a Total Small Business Set-Aside and requires adherence to specific military standards and quality assurance protocols. Offers are due by February 17, 2026.
Scope of Work
This solicitation covers the manufacture and quality requirements for CABLE ASSEMBLY,SPEC. Key aspects include:
- Design, Manufacture, and Performance: Must meet drawing 53711 6387659-49.
- Quality Assurance: Requires First Article Approval (Contractor and Government testing), Production Lot Approval, and Government source inspection.
- Material Requirements: Must be mercury-free for use on submarines/surface ships, with strict contamination controls. Written approval is needed for functional mercury.
- Marking & Soldering: Adherence to MIL-STD-130 for marking and IPC J-STD-001, Class 3 for soldering.
- Configuration Control: Implement MIL-STD-973 for Engineering Change Proposals, Deviations, and Waivers.
Contract & Timeline
- Type: Solicitation (Resultant award will be bilateral)
- Set-Aside: Total Small Business
- Offer Due Date: February 17, 2026, 8:30 PM UTC
- Published Date: January 7, 2026
- Option: The Government intends to include an option for increased quantity.
Key Requirements
- Inspection System: Contractors must maintain an inspection/quality system acceptable to the Government, in accordance with MIL-I-45208 or ISO 9001/9002.
- First Article Testing: Non-destructive First Article Test/Inspection by the contractor on one unit (per WS19202), followed by Government compatibility testing at NSWC Port Hueneme. A First Article Test/Inspection report is required for approval prior to production.
- Traceability: Offerors not the original equipment manufacturer (OEM) must provide a letter from the OEM confirming authorized distributorship.
- Packaging: MIL-STD 2073 packaging applies.
- Delivery: Accelerated delivery is encouraged. All freight is FOB Origin.
Important Notes
- Amendments: The offer due date has been extended multiple times, with the latest extension to February 17, 2026. The Point of Contact (POC) has also been updated.
- Verification: Offerors must verify nomenclature, part number, and NSN prior to responding.
- Authorized Distributors: Consideration for award will only be given to authorized distributors of the original manufacturer's item. Proof of authorization must be submitted with the offer.
Contact Information
For inquiries, contact Joshua J. Eshleman at joshua.j.eshleman.civ@us.navy.mil or 717-605-6055.
People
Points of Contact
JOSHUA.J.ESHLEMAN.CIV@US.NAVY.MILPRIMARY
Files
Files
No files attached to this opportunity
Versions
Version 1Viewing
Solicitation
Posted: Jan 7, 2026