I/O Cables
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 Navy, Naval Surface Warfare Center Philadelphia Division (NSWCPD), is soliciting proposals for I/O Cables under RFQ N6449826Q0302. This Total Small Business Set-Aside opportunity seeks to procure 1,075 fully assembled I/O Cable sets to address obsolescence issues with LHD/A Machinery Control Systems. Responses to the amendment are due by February 11, 2026, at 5:00 PM EST.
Scope of Work
This requirement is for non-personal services to provide re-engineered I/O Cables compatible with modernized VPX chassis designs for LHD/A Machinery Control Systems (MCS). The contractor shall:
- Provide hardware components meeting or exceeding specified requirements.
- Assemble and deliver 1,075 fully assembled I/O Cable sets.
- Each cable assembly includes specific components: two 50-position rectangular receptacle connectors, 100 strands of 22 AWG silver-plated copper wire (8 feet each), 100 ferrules, 100 heat-shrink wire labels, two PET braided sleeves, and one glass cloth electrical tape.
- Reference and utilize the latest versions of applicable Navy and DOD issuances.
Contract Details
- Contract Type: Firm Fixed Price (FFP)
- Product Service Code: 5995 (Cable, Cord, And Wire Assemblies: Communication Equipment)
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- NAICS Code: 335931, Size Standard: 600 employees
- Period of Performance: Delivery requested by October 15, 2026.
- Place of Performance: Contractor's facility. Delivery to NSWC Philadelphia Division, 1601 Langley Ave, Bldg. 542, Philadelphia, PA 19112.
Submission & Evaluation
- Response Due: February 11, 2026, 5:00 PM EST.
- Submission Method: Proposals are to be submitted electronically via the Procurement Integrated Enterprise Environment (PIEE) Solicitation Module (PSM).
- Evaluation: Award will be based on the lowest price and compliance with terms and conditions, with technical acceptability confirmed by adherence to specifications and no exceptions to the RFQ.
Required Deliverables
The contract requires the submission of specific data items:
- CDRL A001: Contract Status Report (DI-MGMT-81991), submitted concurrently with i-RAPT invoice submissions.
- CDRL A002: Technical Report - Study/Services (DI-MISC-80508B), submitted within 30 days of completion of directed study/services. Both reports must be submitted electronically in MS Office 2010 or Adobe PDF format.
Special Requirements
- The contract is for non-personal services.
- Adherence to Operations Security (OPSEC) requirements, including protection of Critical Unclassified Information (CUI) and U-NNPI.
- Implementation of steps to minimize the risk of counterfeit parts (DFARS 252.246-7007).
Contact Information
- Primary Point of Contact: Joseph Aprile
- Email: joseph.w.aprile2.civ@us.navy.mil
- Phone: 267-965-1737 (Phone calls will NOT be accepted for questions; use email).