Opportunity

SAM #N6660426Q0283

Sole Source Procurement of 65-Foot Cable Assemblies for Navy Submarine Programs

Buyer

Naval Undersea Warfare Center Division Newport

Posted

April 15, 2026

Respond By

April 17, 2026

Identifier

N6660426Q0283

NAICS

335921

The Naval Undersea Warfare Center Division Newport (NUWCDIVNPT), under the Department of the Navy and NAVSEA, is initiating a sole source procurement for specialized cable assemblies: - Government Buyer: - Naval Undersea Warfare Center, Division Newport (NUWCDIVNPT) - Department of the Navy, NAVSEA - OEM and Vendor: - AMETEK SCP, Inc. (CAGE Code: 0DNZ3) is the sole approved manufacturer and distributor - Products Requested: - Thirty-six (36) 65-foot cable assemblies - Part Number: CA2445-1-65 - Used in the Multi Tube Weapon Simulator Modification (MTWS MOD) 1B - Standardized for submarine programs - Unique/Notable Requirements: - Sole source justification: AMETEK holds proprietary data rights and exclusive certification for these assemblies - No alternative products or manufacturers are accepted due to operational, logistical, and certification constraints - Assemblies have undergone extensive testing and are standardized across relevant Navy platforms - Place of Performance: - Work to be performed at AMETEK SCP, Inc., Westerly, Rhode Island - Classification: - NAICS 335921 (Fiber Optic Cable Manufacturing) - PSC 6145 (Wire and Cable, Electrical)

Description

The following notice serves as a synopsis/Request for Information (RFI) prepared in accordance with DFARS PGI 206.302-1, and a proposed contract action synopsis was prepared in accordance with FAR 5.2 as supplemented with additional information included in this notice. 

This synopsis is NOT a request for competitive proposals. All responsible sources may submit a capability statement, which will be considered by the Government. A determination by the Government not to compete this proposed contract action based on responses to this notice is solely within the discretion of the Government.   

The Naval Undersea Warfare Center, Division Newport (NUWCDIVNPT) intends to award a Firm Fixed Price (FFP) Purchase Order (PO) to AMETEK SCP, Inc (CAGE Code: 0DNZ3), 52 Airport Road, Westerly RI, 02891-3402, on a sole source basis for a quantity of thirty six (36) 65-Foot Cable Assemblies (Part Number CA2445-1-65). These Cable Assemblies are used in the Multi Tube Weapon Simulator Modification (MTWS MOD) 1B on specific platforms.

The North American Industry Classification System (NAICS) Code is 335921- "Fiber Optic Cable Manufacturing," with a corresponding Small Business Size Standard of 1,000 employees. The Product Supply Code (PSC} is 6145- "WIRE AND CABLE, ELECTRICAL”.

The proposed contract action is for commercial products for which the Government intends to negotiate with only one source in accordance with 10 U.S.C. 3204(a)(I) and 41 U.S.C. 1901, as implemented in Federal Acquisition Regulation (FAR) 13.501(a}(l}(ii). 

The MTWS cable assemblies can only be purchased from the sole source manufacturer and distributor, AMETEK, as the vendor owns the proprietary data rights to the cable assembly design. Procuring any other cable than CA2445-1-65 would create a mixed-hardware fleet, introducing significant operational, logistical, and financial burdens that are unacceptable to the program and the Government. The MTWS MOD 1B AMETEK Cable has undergone extensive testing and is the only cabling approved for this applied in MTWS MOD 1B.  This successful certification and proven in-service reliability have led to the AMETEK CA2445-1-65 becoming a common, standardized solution across numerous submarine programs to meet the unique and demanding expectations of the submarine environment. Procuring a different cabling would deviate from this community-accepted standard, requiring a new, lengthy, and costly certification process with no guarantee of success, while also isolating the program from the shared logistics and knowledge base of the wider submarine force. The time required to research, procure, test, certify, distribute and install in the fleet, is estimated to be 18-24 months. This delay is an unacceptable program risk that would leave systems inoperable and significantly impact installation timelines.

The anticipated place of performance is at the contractor's site in Westerly, RI.

The anticipated award date of this requirement is expected to be on or about 01 May 2026.

Information shall be submitted prior to 17 April 2026 at 02:00 PM via E-Mail to the following Government Point of Contact (GPOC): Nico Montanari, nico.s.montanari.civ@us.navy.mil

View original listing