Interface unit, data

SOL #: W31P4Q-26-Q-0004Solicitation

Overview

Buyer

DEPT OF DEFENSE
Dept Of The Army
W6QK ACC-RSA
REDSTONE ARSENAL, AL, 35898-5090, United States

Place of Performance

Place of performance not available

NAICS

Electronic Computer Manufacturing (334111)

PSC

Optical Instruments, Test Equipment, Components And Accessories (6650)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)

Timeline

1
Posted
Dec 11, 2025
2
Last Updated
Mar 17, 2026
3
Submission Deadline
Apr 16, 2026, 10:00 PM

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 is soliciting for a one-time buy of 140 Interface units, data (NSN: 7025-01-652-2856, Part Number: WS-C3560CX12PCS-RF). This requirement is a Total Small Business Set-Aside but is restricted to CDW Government LLC (CAGE: 1KH72). Proposals are due by April 16, 2026.

Scope of Work

This solicitation is for the procurement of 140 units of the specified "Interface unit, data." Key technical requirements include:

  • Item: Interface unit, data
  • NSN: 7025-01-652-2856
  • Part Number: WS-C3560CX12PCS-RF
  • Quantity: 140
  • Packaging & Marking: Must comply with MIL STD 129 and MIL-STD-2073-1 codes. All wood packaging material (WPM) must be ISPM-15 compliant.
  • Unique Item Identification (UII): Required as per DFARS clause 252.211-7003.
  • Calibration: Test, Measurement and Diagnostic Equipment (TMDE) calibration must comply with ANSI/NCSL Z540-3-2006 or ISO 10012:2003.
  • Electronic Fabrication: Minimum soldering standards must meet ANSI/J-STD-001, Class 3.
  • Parts Control: Contractors must establish and maintain an electronic/electrical parts control program, with the Technical Data Package (TDP) as the baseline. Deviations require Government approval.
  • Counterfeit Prevention: A Counterfeit Risk Management Plan meeting SAE AS5553 is required. Parts must be procured from original manufacturers or franchised distributors.
  • Lead-Free Compliance: A Lead Free Control Plan (LFCP) following GEIA-STD-0005-1 and including tin whisker mitigation per GEIA-STD-0005-2 is required.

Contract & Timeline

  • Contract Type: Firm Fixed Price
  • Delivery: By July 30, 2025 (for item 001) and as per schedule for other items.
  • FOB Point: Destination
  • Inspection and Acceptance: Destination
  • Set-Aside: Total Small Business Set-Aside (FAR 19.5), restricted to CDW Government LLC.
  • Proposal Due Date: April 16, 2026, by Close of Business.
  • Published Date: March 17, 2026.

Submission & Evaluation

Quotations must be submitted electronically to LINDSAY.D.JENNINGS.CIV@ARMY.MIL by the due date. The solicitation incorporates numerous FAR and DFARS clauses by reference. This is a request for quotation, and the Government is not committed to pay any costs incurred in proposal preparation.

Contact Information

People

Points of Contact

Lindsay JenningsPRIMARY

Files

Files

Download
Download

Versions

Version 2Viewing
Solicitation
Posted: Mar 17, 2026
Version 1
Sources Sought
Posted: Dec 11, 2025
View
Interface unit, data | GovScope