Minuteman III ICBM, Cable Assembly
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 Air Force is soliciting proposals for Minuteman III ICBM Cable Assemblies under a Total Small Business Set-Aside. This Firm Fixed-Price contract seeks two specific cable assembly types (P/N 69C49443G1 and P/N 69D49201G1), including both First Article and Production quantities. Proposals are due by March 31, 2026, at 5:00 PM MST.
Scope of Work
This solicitation, FA820626R0022, requires the procurement of:
- NSN 6150-00-406-2757 AH Cable Assembly (P/N: 69C49443G1): One First Article (due 31 JUL 2026) and 49 Production Articles (due 28 APR 2027).
- NSN 6150-00-450-8175 AH Cable Assembly (P/N: 69D49201G1): One First Article (due 31 JUL 2026) and 49 Production Articles (due 28 APR 2027).
Additional deliverables include First Article Data Test CDRLs (A001-A002) and a Counterfeit Protection Plan (CDRL A003), both due by 31 JUL 2026. All items require Item Unique Identification (IUID). Inspection will be at origin, and acceptance at destination.
Contract Details
- Type: Firm Fixed-Price (FFP)
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- Product Service Code: 6150 - Miscellaneous Electric Power And Distribution Equipment
- Place of Performance: Hill Air Force Base, UT
- Solicitation Number: FA820626R0022 (amended by 0001 and 0002)
Submission & Evaluation
- Response Due: March 31, 2026, at 5:00 PM MST.
- Submission Method: Quotes must be emailed to justin.raleigh.1@us.af.mil and benjamin.eddy@us.af.mil.
- Evaluation: Award will be based on the Lowest Price Technically Acceptable (LPTA) methodology.
Key Attachments & Requirements
Bidders must review detailed attachments including the Statement of Work (SOW), Packaging requirements (MIL-STD-129, MIL-STD-2073-1, ISPM 15 for WPM), Transportation data (F.O.B. terms, DCMA contact), and Engineering Data Lists (EDLs) with part procurability information for specific components. Compliance with numerous FAR and DFARS clauses is required.