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 and delivery of Weapon and Launcher Test Set Cables (WALTS Cables) under an unrestricted Request for Quotation (RFQ) N6660426Q0190. This is a Firm Fixed Price (FFP) purchase order, with delivery required by September 2026 to Naval Station Newport, RI.
Scope of Work
This requirement involves the manufacture of specific Weapon and Launcher Test Set Cables according to drawing and military specifications. The solicitation lists ten Contract Line Item Numbers (CLINs), each with specific part numbers and quantities. These include HLS DAQ Main Cable (W4), PMT HLS DAQ Main Cable (W4), Guidance Wire Tee Cable (W5), Mk21 Turbine RPM Tee Cable (W6), Mk 17/19 Turbine RPM Tee Cable (W6), Firing Voltage Tee Cable (W7), Stop Bolt Tee Cable (W8), CAFVE Dash-18 Cable (W9), CAFVE Port (W10), and CAFVE Stbd Cable (W11).
Contract Details
- 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.
Key Requirements & Eligibility
Offerors must meet stringent technical and cybersecurity requirements:
- JCP Certification: Required for access to Distribution D and Export Control drawings. An approved DD2345 form is necessary. Requests for drawings must be received by April 8, 2026.
- Cybersecurity: An active NIST SP 800-171 assessment on the SPRS module and a CMMC Level 2 (self) uploaded to SPRS are mandatory.
- Manufacturer Location: The technical manufacturer must be located in the United States.
- Component Acquisition: Manufacturer must demonstrate knowledge of acquiring legacy components.
- Past Performance: Offerors must exhibit related skills and capabilities from past similar work.
- SAM Registration: Required prior to award.
Submission & Evaluation
Award will be made to the eligible and responsible offeror on a Lowest Price, Technically Acceptable (LPTA) basis. Quotes must be valid for at least 30 days. Offers must be emailed directly to Jennifer Vatousiou at jennifer.m.vatousiou.civ@us.navy.mil by 11:00 a.m. (EST) on Wednesday, April 22, 2026.