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) Weapons Support Mechanicsburg is conducting market research through a Sources Sought notice to identify potential suppliers for specific Cable Assembly, Spec items. This is for informational purposes only and is not a request for proposal. Responses are due by 2:00 PM EST on March 13, 2026.
Scope of Work
DLA is seeking sources capable of supplying four distinct cable assembly items, identified by NSN and part number, with varying quantities:
- QTY 7: NSN 1HM 5995 014816257 WN, Part Number 1155130-115
- QTY 31: NSN 1HM 5995 015416173 WN, Part Number 1155205-103
- QTY 65: NSN 1HM 6150 015476543 WN, Part Number 1155130-113
- QTY 7: NSN 1HM 6150 015594019 WN, Part Number 1155205-105
The approved design Cage Code is Teledyne Instruments, Inc. (CAGE 17476). Non-Original Equipment Manufacturers (OEMs) must provide complete traceability information back to the OEM with their offer.
Information Requested
Interested sources are required to complete and return the attached market survey. The survey requests detailed information including, but not limited to:
- Item availability, commercial status (COTS, modified commercial)
- Catalog/price list availability, optimal quantity ranges, normal delivery times, and current inventory
- Acceptability of FOB Origin and Inspection/Acceptance Origin terms
- Company size, parent company, and manufacturer details
- Potential need for certified cost or pricing data for contracts over $2.5M
- Dominant materials, last manufacturing date, and minimum delivery order quantities
- Willingness to accept option years with Economic Price Adjustment (EPA)
For commercial items, evidence of commercial sales, lease, or license, including details on evolution, modifications, customary combinations, warranties, and price lists, is requested.
Contract & Timeline
- Type: Sources Sought / Market Research
- Set-Aside: None specified
- Response Due: March 13, 2026, by 2:00 PM EST
- Published: March 2, 2026
Submission Instructions
Responses to the market survey must be returned via email to Jennifer.Elliott@dla.mil by the specified deadline. This notice is for informational purposes only and does not constitute a solicitation or commitment by the Government to award a contract.