SWITCH,PROXIMITY
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 U.S. Navy is soliciting quotations for 30 Proximity Switches (NSN 1HM 5930 016592149), specifically the AN/BRR-6 Proximity Sensor Seated Switch Unit, for use on Navy submarines. This requirement involves manufacturing, testing, and quality assurance in accordance with detailed specifications and drawings. Quotations are due by January 23, 2026.
Scope of Work
This procurement covers the manufacture and quality requirements for the AN/BRR-6 Proximity Sensor Seated Switch Unit. Key aspects include:
- Design & Manufacturing: Adherence to material, electrical, mechanical, physical, and test requirements outlined in Drawings 8590860 and 8590854, Attachment-A (Electrical Test Procedure), and NAVSEA Manuals S9320-AM-PRO-030/MLDG and S9320-AM-PRO-020/MLDG.
- Vendor Qualification: Suppliers must be qualified per specific NAVSEA manual appendices for fabricating submarine outboard cable assemblies and plasma-coated connector plug bodies.
- Marking: Units must be permanently marked per MIL-STD-130.
- Mercury-Free Requirement: All materials must be mercury-free for submarine/surface ship use, with strict contamination controls.
- Quality Assurance: Implementation of a Quality Inspection System compliant with MIL-I-45208 or ISO 9001 and NCSL Z540.3 or ISO 10012.
Contract & Timeline
- Type: Request for Quotation (RFQ) leading to an award.
- Set-Aside: None (originally a small business set-aside, but an amendment removed this designation).
- Quantity: 30 SWITCH,PROXIMITY units.
- Response Due: January 23, 2026, 8:30 PM Z.
- Published: January 6, 2026.
Evaluation
Award will be made to the responsible offeror providing the best value to the Government, considering both price and non-price factors.
- Price: Considered.
- Non-Price Factors:
- Delivery Lead Time: Proposed lead times and schedules will be evaluated, with shorter lead times rated higher.
- Past Performance: Assessment of successful performance, quality, timeliness, cost management, communication, and customer satisfaction on related contracts.
- All non-price factors combined are approximately equal to price.
Additional Notes
- First Article Testing/Inspection: Required, with Government approval of procedures and reports (CDRLs DI-NDTI-80603 and DI-NDTI-80809B) prior to production. NSWCPD (DODACC N64498) is the acceptance activity.
- Production Lot Testing/Inspection: 100% examination, inspection, and testing required, with reports (CDRL DI-NDTI-80809B) requiring Government approval prior to shipment.
- Objective Quality Evidence Records (OQEDs): Suppliers must maintain and furnish various certificates and reports, including Bulk Cable Inspection/Test Reports, Certificates of Conformance, Certificates of Compliance, and Mercury Exclusion Certification.
- Contact: Sagan Kakkar at sagan.kakkar.civ@us.navy.mil or 717-605-9121.
- Attachment-A (Electrical Test Procedure) is available upon request from NAVSUP N7 Contracting Officer.