CABLE ASSEMBLY, SPECIAL PURPOSE
Looking for contract opportunity help?
APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.
APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.
The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).
General Information
- Contract Opportunity Type: Sources Sought (Original)
- Original Published Date: Jan 30, 2025 09:02 am EST
- Original Response Date: Feb 03, 2025 03:00 pm EST
- Inactive Policy: 15 days after response date
- Original Inactive Date: Feb 18, 2025
- Initiative:
- None
Classification
- Original Set Aside:
- Product Service Code: 5995 - CABLE, CORD, AND WIRE ASSEMBLIES: COMMUNICATION EQUIPMENT
- NAICS Code:
- 335931 - Current-Carrying Wiring Device Manufacturing
- Place of Performance: USA
Description
NAVSUP-WSS is issuing this Sources Sought Notice as a means of conducting market research to identify qualified sources having an interest in and the resources to support this New Spares Requirement to provide NSN 5995-01-100-0728 SQ; CABLE ASSEMBLY, SPECIAL PURPOSE. This is a Tow Cable Assembly for submarines. The AMC/AMSC is 1G meaning the items is suitable for competitive acquisition for the second or subsequent time, the Government has rights to the technical data, the data package is complete, and there are no technical data, engineering, tooling or manufacturing restrictions. The applicable North American Industry Classification System (NAICS) code assigned to this procurement is 335931 with a small business size standard of 600 employees.
Manufacturing of this Tow Cable Assembly requires vendors to be certified to ISO9001 (or MIL-i-45208) and ISO100012 (or NCSL Z540.3). A Quality Control Test and Inspection Plan must be submitted and approved prior to First Article Testing (FAT). A step by step assembly and RF Loss Test Procedure must be submitted and approved prior to FAT. Two (2) separate First Article Tests are required – Approval of both FATs are required prior to production. Production Lot Testing is also required along with material certifications.
Interested sources should submit the following information:
- Organization Cage, name, address, business size, POC name, email address, and telephone number
- Capability statement
BASED ON THE RESPONSES TO THIS SOURCES SOUGHT NOTICE/MARKET RESEARCH, THIS REQUIREMENT MAY BE SOLICITED AS A SET-ASIDE FOR SMALL BUSINESSES. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions.
Submission Instructions: Interested parties who consider themselves qualified to perform are invited to submit a response to this Sources Sought Notice by February 3, 2025, 3:00 PM (Eastern standard time). All responses under this Sources Sought Notice must be emailed to Tonya.L.Nearhood.civ@us.navy.mil.
Attachments/Links
Contact Information
Contracting Office Address
- P O BOX 2020 5450 CARLISLE PIKE
- MECHANICSBURG , PA 17050-0788
- USA
Primary Point of Contact
- Tonya Nearhood, 717-605-1649
- tonya.nearhood1@navy.mil
Secondary Point of Contact
History
- Feb 18, 2025 11:55 pm ESTSources Sought (Original)