Opportunity

SAM #N0010426QDA91

NAVSUP Solicitation for Cable Assembly, Spec (Part 6387659-159)

Buyer

NAVSUP Weapon Systems Support (WSS) Mechanicsburg

Posted

May 07, 2026

Respond By

June 08, 2026

Identifier

N0010426QDA91

NAICS

334418, 335311, 335929

NAVSUP Weapon Systems Support Mechanicsburg is seeking the manufacture and supply of a specialized cable assembly for Navy systems. - Government Buyer: - Department of Defense, Department of the Navy - NAVSUP Weapon Systems Support Mechanicsburg - Product Requested: - Cable Assembly, Spec - Part number: 6387659-159 - NSN: 53711 - Must meet specific material and physical requirements - Military packaging and bar coding required - Government source inspection and acceptance required - OEMs and Vendors: - No specific OEMs named - Only authorized distributors of the original manufacturer's item will be considered - Proof of authorization from the OEM is mandatory if not the manufacturer - Full supply chain traceability documentation required for non-manufacturers - Notable Requirements: - Strict supply chain traceability - Only items traceable to the approved manufacturer are acceptable - Offerors must provide documentation proving authorization to distribute the OEM's product

Description

CONTACT INFORMATION 4 N712.28 AE2 771-229-0452 sarah.r.haley2.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 TBD N00104 TBD TBD SEE SCHEDULE 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 BUY AMERICAN-FREE TRADE AGREEMENTS-BALANCE OF PAYMENTS PROGRAM-BASIC (FEB 2024) 11 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 ALTERNATE A, ANNUAL REPRESENTATIONS AND CERTIFICATIONS (DEVIATION 2026-O0043)(FEB 2026) 13 NOTICE OF PRIORITY RATING FOR NATIONAL DEFENSE, EMERGENCY PERPARDENESS, AND ENERGY PROGRAM USE (APRIL 2008) 2 X Accelerated delivery is encouraged and accepted before the delivery date(s) listed in the schedule. 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. Freight is FOB Origin. 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 current BOA/IDIQ, for example):_______ Required shipping procedure is military packaging and bar coding. Important Traceability Notice 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. By submitting a quotation or offer, the contractor agrees that, when the contractor is not the Manufacturer of the item, it is confirming that it currently has or will obtain before award and shall retain documented evidence (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. 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), such as date codes lot codes, or serial numbers as date codes lot codes, or serial numbers. Examples of traceability information/documentation: The invoice received by the offeror from the approved source i.e., OEM or from an authorized dealer/distributor 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. 1. SCOPE 1.1 This contract/purchase order contains the requirements for manufacture and the contract quality requirements for the CABLE ASSEMBLY, SPEC. 2. APPLICABLE DOCUMENTS 2.1 Applicable Documents - The document(s) listed below form a part of this contract/purchase order including modifications or exclusions. 2.1.1

View original listing