Opportunity
SAM #N00104-26-Q-DA77
Navy Solicitation for Specialized Cable Assembly (NSN 6150-01-386-4943) for USS Arleigh Burke
Buyer
NAVSUP Weapon Systems Support (WSS) Mechanicsburg
Posted
April 14, 2026
Respond By
May 14, 2026
Identifier
N00104-26-Q-DA77
NAICS
335999, 335929, 334418, 334511
NAVSUP Weapon Systems Support Mechanicsburg is seeking offers for a specialized cable assembly for the U.S. Navy, with delivery to the USS Arleigh Burke (DDG 51). - Government Buyer: - U.S. Navy, NAVSUP Weapon Systems Support Mechanicsburg - Products Requested: - Cable Assembly, Spec (NSN 6150-01-386-4943) - Quantity: 1 - Must meet MIL-STD-130 and MIL-STD-2073 - Mercury-free - Includes first article testing and government compatibility testing - Requires non-destructive testing - Strict traceability and supply chain documentation required for non-manufacturer offerors - Compliance with configuration management, hazardous material handling, and cybersecurity standards - Military packaging and bar coding required - Services Requested: - First Article Test (Contractor): Non-destructive test and inspection - First Article Test (Government): Compatibility and acceptance testing - Production Lot Approval (Contractor Testing) - Unique/Notable Requirements: - Government source inspection and acceptance at origin - Accelerated delivery encouraged - FOB destination delivery to USS Arleigh Burke DDG 51 - Government compatibility testing prior to full production - No specific OEMs or vendors are named in the solicitation. - Place of Performance/Delivery: - Delivery to USS Arleigh Burke DDG 51 (military vessel) - Inspection at Naval Surface Warfare Center Port Hueneme - Contracting office at NAVSUP Weapon Systems Support, Mechanicsburg, PA
Description
CONTACT INFORMATION|4|N712.30|AE2|771-229-0381 |ADOLPHE.J.ANDOU.CIV@US.NAVY.MIL| ITEM UNIQUE IDENTIFICATION AND VALUATION (JAN 2023)|19|||||||||||||||||||| INSPECTION OF SUPPLIES--FIXED-PRICE (AUG 1996)|2||| WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (JAN 2023)|16|COMBO INVOICE AND RECEIVING REPORT||TBD|N00104 |TBD|TBD|SEE SCHEDULE|SEE SCHEDULE|||TBD|||||| NAVY USE OF ABILITYONE SUPPORT CONTRACTOR - RELEASE OF OFFEROR INFORMATION (3-18))|1|| MANDATORY USE OF WORKFLOW PRO (WFP) MOD ASSIST MODULE|1|A.J ANDOU| BUY AMERICAN-FREE TRADE AGREEMENTS-BALANCE OF PAYMENTS PROGRAM-BASIC (FEB 2024)|11|||||||||||| NOTICE OF CYBERSECURITY MATURITY MODEL CERTIFICATION LEVEL REQUIREMENTS (NOV 2025))|1|| SMALL BUSINESS SUBCONTRACTING PLAN (DOD CONTRACTS)-BASIC (DEV 2026-O0037)(FEB 2026))|2||| CONTRACTOR PURCHASING SYSTEM ADMINISTRATION-BASIC (DEVIATION 2026-O0015)|1|| SECURITY PROHIBITIONS AND EXCLUSIONS (CLASS DEVIATION 2026-O0025)(FEB 2026)|7|||||||| BUY AMERICAN-FREE TRADE AGREEMENTS-BALANCE OF PAYMENTS PROGRAM CERTIFICATE-BASIC (FEB 2024))|5|||||| BUY AMERICAN-BALANCE OF PAYMENTS PROGRAM CERTIFICATE-BASIC (FEB 2024)|1|| ALTERNATE A, ANNUAL REPRESENTATIONS AND CERTIFICATIONS (DEVIATION 2026-O0043)(FEB 2026))|13|X||||||||||||| NOTICE OF PRIORITY RATING FOR NATIONAL DEFENSE, EMERGENCY PERPARDENESS, AND ENRGY PROGAM USE (APRIL 2008))|2||DO. All freight is FOB Origin. This RFQ is for a buy. The resultant award of this solicitation will be issued bilaterally, requiring the contractor’s written acceptance prior to execution. Verify nomenclature, part number, and NSN prior to responding. Do NOT include the cost for shipping material. ** Accelerated delivery is encouraged and accepted before the delivery date(s) listed in the schedule. ** Government source inspection and acceptance is required. Please provide the following information: Unit Price:__________ FIRM Total Price:__________ FIRM Procurement Turnaround Time (PTAT) :_______ Awardee CAGE: ____ Inspection & Acceptance CAGE, if not at source:____ Delivery Vehicle (if Delivery Order requested) (if your company has a c current BOA/IDIQ, for example) :_______ Required shipping procedure is military packaging and bar coding.
NON-DESTRUCTIVE FAT applies to both government and contractor per the TDP. NON-DESTRUCTIVE PLT applies to contractor as per the TDP. Important Traceability Notice 1. If you are not the manufacturer of the material you are offering, you must state who the manufacturer is (NAME & CAGE Code) and provide traceability information, if requested, prior to receiving an award. The evidence must be submitted within 2 days, or as otherwise specified, or the offer may not be considered. 2. By submitting a quotation or offer, the contractor agrees that, when the c ontractor is not the Manufacturer of the item, it is confirming that it currently has or will obtain before award and shall retain documented e(supply chain traceability documentation) that the item is from the approved manufacturer and conforms to the technical requirements. The retention period is five years after final payment under this contract. 3. At a minimum, the supply chain traceability documentation for the item shall include: basic item description, part number and/or national stock number, manufacturing source, manufacturing source’s Commercial and Government Entity (CAGE) code, and clear identification of the name and location of all supply chain intermediaries between the manufacturer to the contractor to item(s) acceptance by the Government. The documentation should also include, where available, the manufacturer’s batch identification for the time(s), sas date codes lot codes, or serial numbers as date codes lot codes, or serial numbers. 4. Examples of traceability information/documentation: The invoice received bthe offeror from the approved source ie. OEM or from an authorized dealer/di stributor for the approved source. Or a letter/official email from the OEM confirming offeror is authorized to resell their items. Or the packing slip that accompanied the shipment to the offeror/ contractor from the approved source, or from an authorized dealer/distributor for the approved source. Any questions should be directed to the POC for this solicitation. INSPECTION AT ORIGIN ACCEPTANCE AT ORIGIN