CABLE ASSEMBLY,SPEC

Sol #N00104-26-Q-DA88Solicitation

General

Organization:
NAVSUP WEAPON SYSTEMS SUPPORT MECH
Department:
NAVSUP WSS MECHANICSBURG
Next Response Deadline:
May 21, 2026(America/New_York)
Posted:
Apr 21, 2026
Modified:
Apr 21, 2026
Archive:
N/A

Classification

NAICS:
Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing (334511)
Product Service Code (PSC):
AUTO PILOT MECHANISMS AIRBORNE GYRO(6615)
Set-Aside:
No Set aside used(NONE)

Place of Performance

Not Specified

Point of Contact

ADOLPHE ANDOU, N712.30(primary)
7712290381

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. NSN 1HM 6150-01-418-9316 CABLE ASSEMBLY,SPEC SHELF LIFE 0-00 SEE TECHNICAL REQUIREMENTS IN SECTIONS C, D, E, AND ATTACHMENTS SOLICITATION NOTES: ** 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. NON-DESTRUCTIVE FAT applies HIGHER LEVEL INSPECTION CD: ISO9001 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** 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 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. 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), such as date codes lot codes, or serial numbers as date codes lot codes, or serial numbers. 4. Examples of traceability information/documentation: The invoice received by the offeror from the approved source ie. 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. 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.

AI Analysis

Scope

Cable AssemblyMilitary PackagingSupply Chain TraceabilityInspection and AcceptanceCybersecurity ComplianceSmall Business Subcontracting
Ceiling Value: N/A
Pricing Model: fixed-price
Contract Structure: bilateral

Risk Factors

  • Traceability documentation requirements
  • Government source inspection and acceptance
  • Potential for accelerated delivery expectations
  • Compliance with ISO9001 standards
  • Non-destructive FAT requirements

Attachments

loading files....

Files

  • ZAPPPED.N0010426.QDA88.A0000.M0114547.PDF.PDF

Links

No external links have been added to this opportunity