MANUFACTURE WALTS 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 Naval Undersea Warfare Center Division, Newport (NUWCDIVNPT) is soliciting quotes for the manufacture of Weapon and Launcher Test Set Cables on a Firm Fixed Price (FFP) basis. This is an unrestricted opportunity for commercial items. Quotes are due by April 1, 2026, at 11:00 a.m. EST.
Scope of Work
This requirement involves manufacturing various Weapon and Launcher Test Set Cables according to specific drawings and military specifications. The items include:
- HLS DAQ Main Cable (W4) - Qty 12
- PMT HLS DAQ Main Cable (W4) - Qty 12
- Guidance Wire Tee Cable (W5) - Qty 12
- Mk21 Turbine RPM Tee Cable (W6) - Qty 12
- Mk 17/19 Turbine RPM Tee Cable (W6) - Qty 12
- Firing Voltage Tee Cable (W7) - Qty 12
- Stop Bolt Tee Cable (W8) - Qty 6
- CAFVE Dash-18 Cable (W9) - Qty 6
- CAFVE Port (W10) - Qty 6
- CAFVE Stbd Cable (W11) - Qty 6
Contract & Timeline
- Contract Type: Firm Fixed Price (FFP) Purchase Order
- Set-Aside: Unrestricted
- NAICS Code: 334419 (Small Business Size Standard: 750 employees)
- PSC Code: 5995 (Cable, Cord, And Wire Assemblies: Communication Equipment)
- Delivery: F.O.B. Destination, Naval Station Newport, RI, 02841-1708, no later than September 2026.
- Quote Due: April 1, 2026, 11:00 a.m. EST.
- Published: March 23, 2026.
Eligibility & Requirements
Access to drawings is restricted (Distribution D and Export Control) and requires an active Joint Certification Program (JCP) certification and DD2345. Offerors must also have an active NIST SP 800-171 assessment and a Cybersecurity Maturity Model Certification (CMMC) Level 2 (self) uploaded to the Supplier Performance Risk System (SPRS). The manufacturer must be located in the United States and possess knowledge of acquiring legacy components. Contractors must be registered in SAM.
Submission & Evaluation
Offers will be evaluated on a Lowest Price, Technically Acceptable (LPTA) basis. Technical acceptability requires quoting specified quantities, meeting drawings/military specifications, JCP certification, U.S. manufacturer, knowledge of legacy component acquisition, and demonstrated past performance in similar work. Offers must be emailed to Jennifer Vatousiou at jennifer.m.vatousiou.civ@us.navy.mil.