Opportunity

SAM #N0010426QXA34

NAVSUP WSS MECHANICSBURG Solicitation for Cable Assembly 5W1 (Cage Code 53711, PN 5893725)

Buyer

NAVSUP Weapon Systems Support (WSS) Mechanicsburg

Posted

March 27, 2026

Respond By

April 27, 2026

Identifier

N0010426QXA34

NAICS

335311, 334419, 423690

This opportunity involves the procurement of a specialized Cable Assembly for the U.S. Navy: - Government Buyer: - Naval Supply Systems Command Weapon Systems Support (NAVSUP WSS) Mechanicsburg, Department of the Navy - OEMs and Vendors: - Primary OEM referenced by Cage Code 53711 (Naval Undersea Warfare Center Division Newport) - Only authorized sources may supply; traceability to the OEM is required if not the manufacturer - Products/Services Requested: - Cable Assembly 5W1 - Part Number: 5893725 - Manufactured per referenced drawings and specifications - Quantity not specified in summary - Unique or Notable Requirements: - Compliance with MIL-STD packaging, government source inspection, and ISO 9001 quality system - Must meet IUID requirements per DFARS 252.211-7003 - Material must be mercury-free - Security clearance required - Preproduction sampling, production lot approval, and serialization required - Multiple technical drawings and standards (e.g., MIL-STD-129, MIL-STD-973) must be followed - Awardee must be an authorized distributor or manufacturer, with OEM documentation if not the manufacturer - Place of Performance/Delivery: - NAVSUP Weapon Systems Support Mechanicsburg, PA (contracting office) - NUWC Newport, RI (engineering support activity) - No other specific OEMs or commercial vendors are named in the solicitation.

Description

Contact Information Phone: 771-229-0467 Email: DARIAN.M.HOLLEY.CIV@US.NAVY.MIL

Contract Clauses and Requirements Item Unique Identification and Valuation (Jan 2023) Higher-Level Contract Quality Requirement (Dec 2014): ISO9001 Inspection of Supplies--Fixed-Price (Aug 1996) Wide Area Workflow Payment Instructions (Jan 2023): Invoice and Receiving Report Combo, N00104 Navy Use of AbilityOne Support Contractor - Release of Offeror Information (Mar 2018): WSS Mechanicsburg Buy American-Free Trade Agreements-Balance of Payments Program-Basic (Feb 2024) Small Business Subcontracting Plan (DoD Contracts)-Basic (Dev 2026-O0037) (Feb 2026) Warranty of Data-Basic (Deviation 2026-O0035) (Feb 2026) Contractor Purchasing System Administration-Basic (Deviation 2026-O0015) Security Prohibitions and Exclusions (Class Deviation 2026-O0025) (Feb 2026) List of Solicitation Attachments Buy American-Free Trade Agreements-Balance of Payments Program Certificate-Basic (Feb 2024) Alternate A, Annual Representations and Certifications (Deviation 2026-O0043) (Feb 2026) Notice of Priority Rating for National Defense, Emergency Preparedness, and Energy Program Use (April 2008)

Submission Instructions Electronic submission of quotes, representations, and certifications via email to darian.m.holley.civ@US.NAVY.MIL. General Requirements: MIL-STD Packaging, Government Source Inspection Required. All freight is FOB Origin. This RFQ is for a BUY/Procurement. Award will be bilateral requiring contractor's written acceptance prior to execution. Verify nomenclature, part number, and NSN before responding. Only Firm-Fixed Price (FFP) will be accepted. Must adhere to IUID requirements of DFARS 252.211-7003. Awardee must be an authorized source; award will not be delayed for authorization. Quote should include: New procurement unit price Total price Procurement delivery lead time (PTAT) in days Award to CAGE Inspection & Acceptance CAGE if different Cost breakdown including profit rate (if feasible) Quote expiration date (minimum 90 days requested) Delivery vehicle details (e.g., BOA/IDIQ if applicable) Traceability Notice: If not the manufacturer, provide official OEM authorization letter/email confirming authorized distributor status.

Evaluation Factors The Government will award to the responsible offeror providing best value considering: Price Past Performance: evaluation of contract success, quality, timeliness, cost management, communication, and customer satisfaction. Supplier Performance Risk as per DFARS 252.204-7024. Quotes must be received by the solicitation deadline.

Scope This contract/purchase order covers manufacture and contract quality requirements for the CABLE ASSEMBLY, SPEC.

Applicable Documents Documents, drawings, and publications listed under "Drawing Number" are part of this contract and should be retained until award. Document references must be obtained by the contractor. Ordering information is attached. Order of precedence: Contract text supersedes references/drawings unless laws/regulations apply. Classified documents require authorized access per attached DD Form 254.

Drawing Data Examples WS15252 5727489 5893725 5894148 ... (and others as listed)

Document References MIL-STD-129 ISO9001 MIL-STD-973

Requirements Cage Code/Reference Number Items: Cage 53711 ref. no. 5893725 Marking: Physically identified per MIL-STD-129. Configuration Control: MIL-STD-973 Paragraph 5.4.8 applies. Engineering Change Proposals, Deviations, and Waivers must be submitted as specified. Mercury Free: Material must contain no metallic mercury or contamination. Mercury use requires written approval. Mercury contamination causes rejection. Security Clearance: Government Security Clearance required per DD Form 254. Production Lot Approval: Contractor testing required. Qualified Manufacturer: Must manufacture and test two each of 5W1, 5W2, 5W7, and 5W8 Cable Assemblies per specification 53711-5894148, REV J. Serialization: Serial number marking per 5894148 REV J para 3.3.4 and 5893725 REV V note 23. Serial numbers obtained from NUWC Newport via email. Marking: Assembly and parts identified per MIL-STD-130.

Quality Assurance Contractor responsible for all inspection requirements unless otherwise specified. Quality system must comply with ISO 9001; MIL-I-45208 inspection system may be used if maintained. All items must meet contract requirements; sampling does not authorize defective material. Inspection records must be kept for four years after final delivery. FAT testing and Production Lot testing waived for OTSI. Production Lot Testing per DWG 5894148 REV J required. Preproduction samples of two each 5W1, 5W2, 5W7, 5W8 must be manufactured and tested before production. Quality Conformance Inspection per DWG 5894148 Rev J paragraph 4.2 required with inspection report per DD Form 1423.

Packaging Preservation, packaging, packing, and marking per contract schedule and MIL-STD 2073.

Notes Ordering information for document references available at DODSSP Website. Cancelled documents available in paper format via Subscription Services Desk. Commercial specifications obtained from publishers. Ordnance Standards and NAVORD OSTD 600 pages from Commander, Indian Head Division, Naval Surface Warfare Center. Requests for "Official Use Only" and "NOFORN" documents require certification via Defense Contract Management Command or PCO. NOFORN Military Specifications ordered from Contracting Officer, NAVICP-MECH. Nuclear Reactor Publications ordered from Commanding Officer, NAVICP-MECH. Technical Manuals ordered from Naval Inventory Control Point. Interim Changes and Classified Specifications obtained via DD Form 1425 to NAVICP-MECH.

Additional Information DD254 required for drawing 5759651. Quality Assurance Provisions (QAP) for P/N 5893725 Cable Assembly 5W1 available on shared network locations. Certificates of Quality Compliance (CDRLs) to be delivered to Engineering Support Activity, NUWC Newport at: NWPTNUWC_8554_QAPCDRL@navy.mil james.c.ferguson1.civ@us.navy.mil patrick.r.faerber.civ@us.navy.mil A Post Award Conference is recommended to review item key features; NUWC Newport Engineering Support Activity wishes to participate if scheduled.

Additional Links See Solicitation N0010426QXA34

View original listing