CABLE ASSEMBLY,SPEC
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 Defense Logistics Agency (DLA) is soliciting proposals for the manufacture of AN/BRR-6 Outboard Cable Assemblies (2W3), specifically designed for use on Navy submarines. This opportunity is designated as a Total Small Business Set-Aside. Proposals are due by November 3, 2025.
Scope of Work
This procurement encompasses the complete manufacture and quality assurance of the AN/BRR-6 Outboard Cable Assemblies (2W3). Contractors must adhere to rigorous material, electrical, mechanical, physical, and testing requirements detailed in Drawings 8590844, 8590854, 8603515, and NAVSEA Manuals S9320-AM-PRO-030/MLDG and S9320-AM-PRO-020/MLDG. This includes the 2W3 Mold Assembly and connectors requiring plasma coating.
Key Requirements & Qualifications
- PRO-20 Certification: All offerors must be PRO-20 certified.
- Export Controlled Drawings: The associated drawings contain MCT data and are export controlled. Contractors must possess a valid DD Form 2345 Certification Number from the U.S./Canada Joint Certification Program System to access these drawings via SAM.gov. Drawings will not be available after the solicitation's closing date.
- Vendor Qualification: Only vendors pre-qualified per the audit requirements of NAVSEA Manuals S9320-AM-PRO-020/MLDG (Appendix II-A) and S9320-AM-PRO-030/MLDG (Appendix III-H/III-I) are authorized to fabricate these assemblies and coated metal plug bodies.
- Mercury-Free: All materials supplied must be mercury-free and free from contamination, as they are for submarine/surface ship applications.
- Quality System: The supplier's Quality Inspection System must comply with MIL-I-45208 or ISO 9001, and NCSL Z540.3 or ISO 10012. Higher Level Inspection is mandatory.
Contract & Timeline
- Type: Solicitation (anticipated Firm Fixed-Price)
- Set-Aside: Total Small Business
- Proposal Due: November 3, 2025
- Estimated Delivery Schedule: The project includes a multi-stage First Article Test (FAT) process, with submissions and Government approvals for test plans and reports, culminating in final unit delivery approximately 690 days after contract award. Production Lot Testing is also required.
Submission & Contact
- Electronic Submittal: Receiving Reports and Invoices must be submitted electronically through PIEE-WAWF. The NSWCPD WAWF/IRAPT Acceptor DODACC is "N64498".
- Configuration Control: Adherence to MIL-STD-973 (or EIA-649) for configuration management is required.
- Contact: The primary point of contact for this opportunity is Duana Cloyd at DUANA.CLOYD@DLA.MIL.