Cable Assembly, Radi
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The Department of the Army, ACC-RSA, is soliciting proposals for a 5-Year Indefinite Delivery Indefinite Quantity (IDIQ) contract for Cable Assembly, Radi (NSN: 5995-01-411-1691, P/N: 11472476). This procurement is a Total Small Business Set-Aside. Proposals are due by April 3, 2026.
Scope of Work
This opportunity is for the procurement of "Cable Assembly, Radi" with a minimum quantity of 27 and a maximum quantity of 35 over the contract period. Delivery orders will have a minimum of 2 units each.
Contract & Timeline
- Contract Type: 5-Year IDIQ, Firm Fixed Price
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- Minimum Quantity: 27 each
- Maximum Quantity: 35 each
- Delivery Order Minimum: 2 each
- Period of Performance: Five ordering periods, each approximately 365 days, starting from the date of award.
- Proposal Due: April 3, 2026, Close of Business
- Published Date: April 1, 2026
Key Requirements & Technical Details
Bidders must adhere to stringent technical and compliance requirements:
- Soldering Standards: Compliance with ANSI/J-STD-001, Class 3, for electrical and electronic assemblies.
- Parts Control Program: Maintenance of an electronic/electrical parts control program with traceable records.
- Technical Data Package (TDP): The TDP serves as the baseline Parts Selection List (PPSL). Deviations require Government-approved Request for Deviation (RFD).
- Lead-Free Control Plan (LFCP): Must maintain an LFCP following GEIA-STD-0005-1, including tin whisker mitigation per GEIA-STD-0005-2.
- Counterfeit Risk Management Plan: Required per SAE AS5553, with procurement from original manufacturers or franchised distributors.
- Production Lot Testing (PLT): Required for all units.
- Packaging & Marking: Must comply with Mil-STD-129 and be ISPM-15 compliant for wood packaging.
- Unique Item Identification (UID): Required for items meeting specific criteria (e.g., cost over $5,000).
- First Article Approval Waiver: A process is outlined for requesting a waiver, which may impact delivery schedules and costs.
Submission & Access
- Proposals must be submitted via email to LINDSAY.D.JENNINGS.CIV@ARMY.MIL.
- Access to the Technical Data Package (TDP) requires active certification in the Joint Certification Program (JCP) at
https://www.public.dacs.dla.mil/jcp/ext/#ext/dashboard. - Accelerated delivery is authorized at no additional cost to the Government.
Additional Notes
The solicitation includes numerous FAR and DFARS clauses related to quality, delivery, and payment.