CABLE, ASSY, W1, NSN5995-01-092-0671, P/N:11454016-2

SOL #: SPRRA2-26-Q-0012Solicitation

Overview

Buyer

DEPT OF DEFENSE
Defense Logistics Agency
HQ DEFENSE LOGISTICS AGENCY
FORT BELVOIR, VA, 22060, United States

Place of Performance

Redstone Arsenal, AL

NAICS

Current-Carrying Wiring Device Manufacturing (335931)

PSC

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

Set Aside

Women-Owned Small Business (WOSB) Program Set-Aside (FAR 19.15) (WOSB)

Timeline

1
Posted
Dec 16, 2025
2
Last Updated
Mar 9, 2026
3
Submission Deadline
Jan 6, 2026, 11:00 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 Defense Logistics Agency (DLA) is soliciting proposals for a CABLE ASSEMBLY (NSN: 5995-01-092-0671, Mfr Part Number: 11454016-2) to support the M-D6 PATRIOT SYSTEM. This is a Firm Fixed Price contract, set aside for 100% Total Small Business concerns. Proposals are due by April 06, 2026, at 5:00 PM EST.

Scope of Work

This Request for Quotation (RFQ) requires the delivery of 3 each of the specified cable assembly. Key requirements include Production Lot Testing (PLT) for all three units at a Government facility, involving 50 test days and 10 government review days. Item Unique Identification (IUID) markings are mandatory per DFARS Clause 252.211-7003. Packaging must adhere to MIL-STD-129 with Military Level Preservation and Level B Packing, ensuring all wood packaging material is ISPM-15 compliant.

Contract Details

  • Contract Type: Firm Fixed Price, Single Purchase Contract.
  • Delivery: Expected within 270 days after award for CLIN 0001AA. Accelerated delivery is encouraged at no additional cost.
  • Evaluation: Award will be based on a Lowest Priced Technically Acceptable (LPTA) methodology. Proposals must meet all minimum technical requirements and offer reasonable pricing to be considered.
  • DPAS Rating: This is a DO DPAS rated order.
  • Export Control: Arms Export Control is applicable.

Set-Aside & Eligibility

This opportunity is a 100% Total Small Business set-aside. Only offers from eligible small business concerns will be considered.

Submission & Key Information

  • Quotation Due Date: April 06, 2026, at 5:00 PM EST.
  • Submission Instructions: Quotations must be furnished to the issuing office (Block 5A of the solicitation).
  • Technical Data Package (TDP): The TDP is available via the DOD SAFE site (https://safe.apps.mil/). Interested parties must request access via email to the Contract Specialist Point of Contact and have 7 calendar days to retrieve and download the TDP.
  • Contact: Kimberly S. Thomas, kimberly.thomas@dla.mil.

Timeline

  • Published Date: March 09, 2026 (original solicitation published December 16, 2025, with amendments extending dates and changing set-aside).
  • Response Date: April 06, 2026, at 5:00 PM EST.

People

Points of Contact

Kimberly S. ThomasPRIMARY

Files

Files

No files attached to this opportunity

Versions

Version 4
Solicitation
Posted: Mar 9, 2026
View
Version 3
Solicitation
Posted: Mar 6, 2026
View
Version 2
Solicitation
Posted: Jan 6, 2026
View
Version 1Viewing
Solicitation
Posted: Dec 16, 2025