Interface unit, data
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 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
- Primary Contact: Lindsay Jennings (lindsay.d.jennings.civ@army.mil)