MANUFACTURE WALTS CABLES
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 Navy, Naval Undersea Warfare Center Division, Newport (NUWCDIVNPT), is soliciting quotes for the manufacture of Weapon and Launcher Test Set (WALTS) Cables under an unrestricted Request for Quotation (RFQ N6660426Q0190). This opportunity seeks a U.S.-based manufacturer to produce various specialized cables according to drawing and military specifications, to be delivered to Naval Station Newport, RI, by September 2026. Offers are due by April 22, 2026, at 11:00 a.m. EST.
Scope of Work
This requirement involves the manufacture and delivery of specific WALTS Cables, including:
- HLS DAQ Main Cable (W4) - Qty 12
- PMT HLS DAQ Main Cable (W4) - Qty 12
- Guidance Wire Tee Cable (W5) - Qty 12
- Mk21 Turbine RPM Tee Cable (W6) - Qty 12
- Mk 17/19 Turbine RPM Tee Cable (W6) - Qty 12
- Firing Voltage Tee Cable (W7) - Qty 12
- Stop Bolt Tee Cable (W8) - Qty 6
- CAFVE Dash-18 Cable (W9) - Qty 6
- CAFVE Port (W10) - Qty 6
- CAFVE Stbd Cable (W11) - Qty 6
All products must adhere to specified drawings and military specifications.
Contract Details
- Contract Type: Firm Fixed Price (FFP) Purchase Order.
- Set-Aside: Unrestricted.
- NAICS Code: 334419 (Small Business Size Standard: 750 employees).
- PSC: 5995 (Cable, Cord, And Wire Assemblies: Communication Equipment).
- Delivery: F.O.B. Destination, Naval Station Newport, RI, 02841-1708, no later than September 2026.
- Quote Validity: Minimum of 30 days.
Submission & Evaluation
Award will be made on a Lowest Price, Technically Acceptable (LPTA) basis. Technical acceptability requires:
- Quoting specified quantities.
- Products meeting drawings and military specifications.
- Offeror being JCP certified (DD2345 required for drawing access).
- Manufacturer being located in the United States.
- Manufacturer demonstrating knowledge of acquiring legacy components.
- Exhibiting related skills/capabilities and past performance.
Offers must be emailed to Jennifer Vatousiou at jennifer.m.vatousiou.civ@us.navy.mil by Wednesday, 22 April 2026, 11:00 a.m. EST.
Key Compliance Requirements
Offerors must:
- Have an active Joint Certification Program (JCP) certification.
- Possess an active NIST SP 800-171 assessment on the Supplier Performance Risk System (SPRS) module.
- Have a Cybersecurity Maturity Model Certification (CMMC) Level 2 (self) uploaded to the SPRS module.
- Be registered in the System for Award Management (SAM).
- Complete FAR Provision 52.204-24.
Drawing Access
Drawings are Distribution D and Export Control. Requests for drawings must be received by 08 April 2026. Submit requests via email to Jennifer Vatousiou, including RFQ #, company details, CAGE, POC, phone, email, JCP registration number, and a copy of DD2345. Drawings will be transferred via DOD SAFE to the JCP Data Custodian.