Opportunity
SAM #N6833526R1068
MIPC/NIPCU Fault Data Download Cable Set Procurement for NAWCAD Lakehurst
Buyer
NAWCAD
Posted
April 28, 2026
Respond By
May 13, 2026
Identifier
N6833526R1068
NAICS
334419, 335999, 334417
This opportunity from the Naval Air Warfare Center Aircraft Division (NAWCAD) Lakehurst seeks small business proposals for specialized cable sets supporting military aircraft systems. - Government Buyer: - Department of the Navy, Naval Air Warfare Center Aircraft Division (NAWCAD) Lakehurst, New Jersey - Products/Services Requested: - MIPC/NIPCU Fault Data Download Cable Set - Part Number: 201415865-10 - National Stock Number (NSN): 4920-01-655-9629 - Quantity: 2 cable sets - Fabrication and inspection per government-furnished drawings (P/N 901-220-943-101) - Unique/Notable Requirements: - Contractors must submit a DD2345 Military Critical Technical Data Agreement to access drawings - Registration in the DoD System for Award Management (SAM) is required - Compliance with Cybersecurity Maturity Model Certification (CMMC) Level 2 Self-Assessment - Inspection of fabricated units will occur at the contractor's facility - OEMs and Vendors: - No commercial OEMs are specified; the government provides the technical data and drawings - Place of Performance and Delivery: - NAWCAD Lakehurst, New Jersey (Joint Base MDL) - Contracting office located at Joint Base MDL, BLDG 271 HIGHWAY 547, NJ 08733
Description
The Naval Air Warfare Center Aircraft Division (NAWCAD) Lakehurst, New Jersey, intends to competitively procure, the manufacture, assembly, inspection and delivery of Intermediate (I) and Depot (D) Level Peculiar Support Equipment (PSE); MIPC/NIPCU Fault Data Download Cable Set (P/N: 201415865-10, NSN 4920-01-655-9629)
The intention is to competitively award this requirement as 100% Small Business Set-aside. Award will be made to the responsible small business whose proposal is technically acceptable with acceptable past performance, in full compliance to all other requirement set froth in the solicitation and the lowest price.
The contractor shall fabricate and present one (2) MIPC/NIPCU Fault Data Download Cable Sets, for inspection at their facility, within 180 days after contract award. The Government shall be notified no less than thirty (30) days prior to the scheduled event. The Production Representative FA Unit shall be inspected for compliance with the design, quality, and workmanship requirements in accordance with (IAW) government furnished drawings for P/N 901-220-943-101. Inspection shall take place at the Contractor facility. Within fifteen (15) days after completion of FA inspection, the government shall provide notice of production approval/disapproval and identify any corrective actions required if necessary. A second on-site inspection of the FA unit may be required by the government to provide final approval for production of the remaining production units.
The Government will release the solicitation, including any subsequent amendments, on the SAM.gov website. No telephone or written requests for the solicitation will be accepted. Amendment to the solicitation, if issued, will be posted to the same website. After solicitation release, vendors should regularly access the website to ensure they have all the amendments. The point of contact for this requirement, Eric Glawson, Phone: (848-986-4805), E-mail: eric.j.glawson.civ@us.navy.mil
IMPORTANT INFORMATION: Offerors will be required to submit a DD2345, Military Critical Technical Data Agreement, to obtain a copy of the drawings that will be associated with the solicitation. Registration in the Department of Defense DoD System for Award Management (SAM) database will be a prerequisite for receiving an award.
The Cybersecurity Maturity Model Certification (CMMC) requirements do apply to this effort IAW DFARS 252.204-7021 and 252.204-7025. The CMMC level required by this solicitation is: CMMC Level 2- Self-Assessment. This CMMC level, or higher (see 32 CFR part 170), is required prior to award for each contractor information system that will process, store, or transmit Federal contract information (FCI) or controlled unclassified information (CUI) during performance of the contract. The Contractor shall have and maintain for the duration of the contract a current CMMC Level 2- Self-Assessmentor higher. Please complete a CMMC Level 2- Self-Assessment in Supplier Performance Risk System (SPRS) prior to award.
THIS PRE-SOLICITATION NOTICE IS NOT A REQUEST FOR PROPOSAL. The Government is not obligated to and will not pay for any information received from potential sources as a result of this synopsis. This synopsis is for administrative purposes only. It does not constitute a solicitation for bid or proposals and should not be constructed as a commitment by the Government. The information provided herein is subject to change and in no way binds the Government to solicit for or award a competitive contract.