- Gap review, remediation roadmap, and implementation support
- Policy package, evidence mapping, and submission prep
- Designed for primes and subs across non-tech and tech work
59--CABLE ASSEMBLY,SPEC
Solicitation from DEPT OF THE NAVY • DEPT OF DEFENSE. Place of performance: PA. Response deadline: Mar 25, 2026. Industry: NAICS 335931 • PSC 5995.
CMMC support options for this DoD solicitation
As DoD CMMC rollout expands, approximately 80%+ of DoD solicitations are expected to include cybersecurity/CMMC requirements, including many non-tech scopes.
- Structured checklist, AI guidance, and progress tracking
- Build evidence and controls with clearer next-step workflows
- Ideal for teams that want speed plus affordability
Market snapshot
Awarded-market signal for NAICS 335931 (last 12 months), benchmarked to sector 33.
Related hubs & trends
Navigate the lattice: hubs for browsing, trends for pricing signals.
Point of Contact
Agency & Office
More in NAICS 335931
Description
ITEM UNIQUE IDENTIFICATION AND VALUATION (JAN 2023)|19|||||||||||||||||||| HIGHER-LEVEL CONTRACT QUALITY REQUIREMENT (NAVICP REVIEW FEB 1991)(FEB 1999)|1|MIL-I-45208 or ISO9001 ANSI/NCSL Z540.3 or ISO10012 | INSPECTION OF SUPPLIES--FIXED-PRICE (AUG 1996)|2||| PRODUCTION LOT TESTING|1|15| DESIRED AND REQUIRED TIME OF DELIVERY (JUNE 1997)|29|0001AA|80|500||||||||||0001AA|80|900||||||||||||||| STOP-WORK ORDER (AUG 1989)|1|| WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (JAN 2023)|16|INVOICE AND RECEIVING REPORT (COMBO)|N/A|TBD|N00104|TBD|TBD|SEE SCHEDULE|TBD|||TBD|||||N/A| NAVY USE OF ABILITYONE SUPPORT CONTRACTOR - RELEASE OF OFFEROR INFORMATION (3-18))|1|WSS-N00104| VALUE ENGINEERING (JUN 2020)|3|||| INTEGRITY OF UNIT PRICES (NOV 2021)|1| | EQUAL OPPORTUNITY FOR VETERANS (JUN 2020)|4||||| WARRANTY OF DATA--BASIC (MAR 2014)|2||| EQUAL OPPORTUNITY FOR WORKERS WITH DISABILITIES (JUN 2020)|2||| TRANSPORTATION OF SUPPLIES BY SEA (OCT 2024)|2||| PERFORMANCE-BASED PAYMENTS-DELIVERABLE-ITEM BASIS (DEC 2022)|2||| FIRST ARTICLE APPROVAL--CONTRACTOR TESTING (SEP 1989)|10| DETAILS OF FAT ARE CONTAINED IN THE DRAWINGS||15|||||||| NOTICE OF TOTAL SMALL BUSINESS SET-ASIDE (OCT 2020)(DEVIATION 2020-O0008)|1|| ALTERNATE A, ANNUAL REPRESENTATIONS AND CERTIFICATIONS (OCT 2024)|13|X|X|||X||||||||X| ANNUAL REPRESENTATIONS AND CERTIFICATIONS (MAR 2025)(DEVIATION 2025-O0003 AND2025-O0004))|13|335931|600|X|X|X||||||||| INSTRUCTIONS TO OFFERORS -- COMPETITIVE ACQUISITION (NOV 2021)|2||| TYPE OF CONTRACT (APR 1984)|1|FIRM FIXED PRICE| NOTICE OF PRIORITY RATING FOR NATIONAL DEFENSE, EMERGENCY PERPARDENESS, AND ENRGY PROGAM USE (APRIL 2008))|2||X| EVALUATION OF FIRST ARTICLE TESTING|3|||X| NAVSUP requests the price of procuring QTY 20 Tow Cable crates (NSN 7G-8145-01-670-2197) be included in this proposal for QTY 80 Tow Cables. NAVSUP will provide the additional QTY 60 Tow Cable crates as Government Furnished Property (GFP). Containers will be forwarded to the raw cable supplier as needed. A GFP document will be included as an attachment to the finalized contract. \ Amendment is being issued to update FAR Clause 52.211-9, Desired and Required Time of Delivery, as shown in the following pages. All other terms and conditions remain unchanged. AMENDMENT IS ISSUED TO ADD SUBCLINS FOR CONTRACTOR FAT (D) AND CONTRACTOR FAT (ND). ALL OTHER TERMS AND CONDITIONS REMAIN UNCHANGED. \ AMENDMENT IS ISSUED TO UPDATE THE SOLICITATION AS FOLLOWS: 1. ADDING A NEW SUBCLIN FOR NON-DESTRUCTIVE FAT; 2. UPDATING THE TDP AS SHOWN IN THE FOLLOWING PAGES; and 3. EXTENDING THE CLOSING DATE TO 22 MAY 2025. ALL OTHER TERMS AND CONDITIONS REMAIN UNCHANGED. \ THIS IS A COMPETITIVE SOLICITATION FOR THE PROCUREMENT OF 80 EACH SPECIAL PURPOSE CABLE ASSEMBLIES. Drawing requests shall be submitted at SAM.gov using the link in the solicitation posting. Vendors must have an approved DD2345 of file in order to be granted access to controlled drawings. Proposals submitted via NECO are not acceptable. Vendors must complete, sign and return a copy of the solicitation by including it as an attachment to an email directed to the Contract Specialist at tonya.l.nearhood.civ@us.navy.mil. _________________________ MATERIAL INSPECTION LOCATION _________________________ PACKAGING INSPECTION AND FINAL ACCEPTANCE LOCATION Please provide a proposed delivery schedule within Clause 52.211-9 located in section F of the RFP. The Tow Cable Container, NSN 8145-01-670-2197, will be provided as GFP. Containers will be forwarded to the raw cable supplier as needed. Please review the entire TDP, the DD1423 CDRLS and the drawings prior to submitting a proposal. Ensure your proposal is accurate and meets the requirements noted in section L, Instructions to Offerors. All contractual documents (i.e. Contracts, Purchase Orders, Task Orders, Delivery Orders and Modifications) related to the instant procurement are considered to be "Issued" by the Government when copies are either deposited in the mail, transmitted by Facsimile, or sent by other electronic commerce methods such as email. The Government's acceptance of the contractor's proposal constitutes bilateral agreement to "Issue" contractual documents as detailed herein. Any contract resulting from this solicitation will be issued bi-laterally requiring the contractor's written acceptance prior to execution. \ 1. SCOPE 1.1 ;This procurement specification contains the requirements for manufacture and the contract quality requirements for ;AN/BRR-6 Tow Cable Assembly; for use on Navy submarines.; "The tow cable container (identified by NSN 7G-8145-01-670-2197) will be provided as Government Furnished Material. Containers will be forwarded to the raw cable supplier as needed. The raw cable required for the fabrication of both first article specimens may be ordered concurrently. The contractor does not have authorization to order production lot raw cable prior to first article approval of both first article specimens. The ordering of production lot cable prior to first article approval will be at the contractor's risk and no government furnished containers will be provided to facilitate storage." 2. APPLICABLE DOCUMENTS 2.1 Applicable Documents - The document(s) listed below form a part of this contract/purchase order including modifications or exclusions. 2.1.1 Documents, drawings, and publications supplied are listed under "Drawing Number". These items should be retained until an award is made. 2.1.2 The "Document Changes" section provides supersessions/changes to referenced documents. 2.1.3 "Document References" listed below must be obtained by the Contractor. Ordering information is included as an attachment to this contract/purchase order. 2.2 Order of Precedence - In the event of a conflict between the text of this contract/purchase order and the references and/or drawings cited herein, the text of this contract/purchase order shall take precedence. Nothing in this contract/purchase order, however, shall supersede applicable laws and regulations unless a specific exemption has been obtained. DRAWING DATA=0064-0010 |25685| F| |D| | | | DRAWING DATA=0064-0020 |25685| K| |D| | | | DRAWING DATA=5361667 |53711| M| |D| | | | DRAWING DATA=8628121 |53711| -| |D| | | | DRAWING DATA=8628131 |53711| A| |D| | | | DRAWING DATA=8628134 |53711| A| |D| | | | DRAWING DATA=8628341 |53711| -| |D| | | | DOCUMENT REF DATA=MIL-STD-97 | | | |000930|A| |04| DOCUMENT REF DATA=MIL-STD-130 | | |N |121116|A| |01| DOCUMENT REF DATA=ISO 9001 | | | |150915|A| | | DOCUMENT REF DATA=ISO 10012 | | | |030415|A| | | DOCUMENT REF DATA=SAE-AMS-P-21922 | | |A |161002|A| | | DOCUMENT REF DATA=MIL-M-24041 | | |C |810817|A| | | DOCUMENT REF DATA=MIL-DTL-24231 | | |E |130426|A| | | DOCUMENT REF DATA=MIL-I-45208 | | |A |951103|A|2 | | DOCUMENT REF DATA=NCSL Z540.3 | | | |060803|A| | | DOCUMENT REF DATA=ASTM A240/A240M | | | |191201|A| | | DOCUMENT REF DATA=ASME B46.1-2009 | | | | |A| | | DOCUMENT REF DATA=SAE-AMS-QQ-S-763-AUG 13 | | |D | |A| | | DOCUMENT REF DATA=SAE-AS3578 - 05/1996 | | | | |A| | | DOCUMENT REF DATA=NSWCCD-SSES SPEC 0064-0010 | | |F |000128|A| | | DOCUMENT REF DATA=NSWCCD-SSES SPEC 0064-0020 | | |K |090913|A| | | DOCUMENT CHANGE DATA=ASTM A240 |ASTM A240/A240M-2019 DOCUMENT CHANGE DATA=MIL-C-24231D |MIL-DTL-24231E DOCUMENT CHANGE DATA=MIL-P-21922B |SAE-AMS-P-21922A 3. REQUIREMENTS 3.1 ;Design and Manufacturing - The ;AN/BRR-6 Tow Cable Assembly; furnished under this contract/purchase order shall meet the material, electrical, physical, mechanical and test requirements as specified on Drawing 5361667 consisting of Item Numbers (1 thru 5, 7, 9, 11, 12, 14, 15, 17, 18, 21 thru 24, 263, 264 & 265), NSWCCD-SSES Specifications 0064-0010 and 0064-0020 including associated specifications mentioned in this procurement. ; 3.1.1 ;Source Control Item - Tow Cable p/n 5361667-3 per Specification 0064-0010 shall only be manufactured by and procured from Rochester Company.; 3.1.2 ;The Polyurethane Molding Compound shall be in accordance MIL-M-24041 as specified on drawing p/n 5361667-12, and the color shall be amber or clear as stated on the drawing.; 3.1.3 ;The finished cable assembly p/n 5361667-1 length shall be 1500 +10/-10 feet as specified in Specification 0064-0020 paragraph 3.3.; 3.2 ;First Article Cable Test/Inspection Specimen - The supplier shall fabricate, inspect and test two (2) first article cable assemblies as defined in NSWCCD-SSES Specification 0064-0020, Paragraph 3.6.1 and Note. ; 3.2.1 ;The first cable specimen (destructive testing) shall be a ;Tow Staff and Molded Connector Assembly; constructed of at least 10-foot length of tow cable p/n 5361667-3 to be terminated into tow staff p/n 5361667-5 and molded to the connector p/n 5361667-22; and inspected and tested to destruction as specified in NSWCCD-SSES Specification 0064-0020, paragraphs 3.6.1 and Note, 3.6.3.2, 3.6.3.3/4.1.1.3, 3.6.4.6 and 3.6.4.7.; 3.2.2 ;The second cable specimen (nondestructive testing) shall be one (1) completed ;Tow Cable Assembly; p/n 5361667-1 for nondestructive testing and inspection as specified in NSWCCD-SSES Specification 0064-0020, paragraph 3.6.1 and Note, 3.6.3.1, 3.6.3.2, 3.6.4.1 thru 3.6.4.5 and 3.6.4.7.; 3.2.3 ;The supplier shall successfully perform and pass all test and inspection requirements for the first cable specimen ;Tow Staff and Molded Connector Assembly; before being authorized by the Procuring Activity to commence the fabrication, armor termination, assembly, testing and inspection of the second cable specimen a complete ;Tow Cable Assembly; p/n 5361667-1 for nondestructive testing and inspection.; 3.3 ;Marking Requirements.; 3.3.1 ;The supplier shall ensure the ;Tow Cable; p/n 5361667-3 is properly identified as specified in paragraph 5.1 of Specification 0064-0010.; 3.3.2 ;The supplier shall permanently mark the first article cable specimen ;Tow Staff and Molded Connector Assembly; with contract and assembly serial number per MIL-STD-130. ;The supplier shall establish, control and assign serial number for this assembly.; ; 3.3.3 ;The supplier shall permanently mark and identify the first article and each production lot unit ;Tow Cable Assembly; p/n 5361667-1 in accordance with Note 26 (1 thru 4) of the drawing. The supplier shall mark ;tag or bag; each assembly with contract number and assembly serial number per MIL-STD-130. ;The supplier shall establish, control and assign serial number for each assembly.; ; 3.3.4 ;The supplier shall mark ;tag or bag; each p/n 5361667-5, 7 and 9 with contract, drawing/item, heat, lot and serial number per MIL-STD-130 until installed in the designated assembly.; 3.4 ;First Article Testing/Inspection - (Supplier Testing/Inspection). The first article testing /inspection procedure and approval are required for both specimens ;Tow Staff and Molded Connector Assembly; and ;Tow Cable Assembly; p/n 5361667-1. Government approval isrequired prior to commencing of the first article.; 3.5 ;Notification - The supplier shall notify Naval Surface Warfare Center, Philadelphia Division, (NSWCPD), 5001 S. Broad Street, Philadelphia, PA 19112-1403 by email matthew.ogilvie@navy.mil, Code 242MO after award of contract.; 3.5.1 ;The NSWCPD is the acceptance activity for the Contract Data Requirements List (DD1423) Data Items. NSWCPD WAWF/IRAPT ;Acceptor; DODACC is ;N64498;.; 3.6 Configuration Control - MIL-STD-973 entitled "Configuration Management", Paragraph 5.4.8, Configuration Control (Short Form Procedure), is hereby incorporated. The Contractor shall submit all Engineering Change Proposals in accordance with MIL-STD-973, Paragraph 5.4.8.2 and Appendix D. Requests for Deviations shall be processed in accordance with MIL-STD-973, Paragraph 5.4.8.3 and Appendix E. Requests for Waivers shall be processed in accordance with MIL-STD-973, Paragraph 5.4.8.4 and Appendix E. (Original and two copies shall be submitted to Contracting Officer, NAVICP-MECH, P. O. Box 2020, Mechanicsburg Pa. 17055-0788.) 3.6.1 Configuration Control - When the Contractor has received authorization on a prior contract for the same NSN for the use of a drawing of a later revision status, that authorization is hereby extended to all succeeding contracts/purchase orders until another drawing revision is approved. The Contractor will notify the PCO of this occurrence in each instance, in the response to the solicitation. Such notification shall be in writing setting forth the contract under which the prior authorization was granted, the date of the granting of the authorization, and the name of the granting authority. Contractors shall also refer technical inquiries (other than those covered by MIL-STD-973) on company letterhead signed by a responsible company official, with copies distributed as stated below. The original and two copies of all Contractor generated correspondence regarding configuration shall be submitted to Contracting Officer, NAVICP-MECH, P.O. Box 2020, Mechanicsburg, PA 17055-0788. Contractors are cautioned that implementing engineering changes, waivers, deviations or technical inquiries into the contract/purchase order without approval of the Contracting Officer will be at the sole risk of the Contractor. 3.7 Mercury Free - The material supplied under this contract/purchase order is intended for use on submarines/surface ships and therefore shall contain no metallic mercury and shall be free from mercury contamination. Mercury contamination of the material will be cause for rejection. If the inclusion of metallic mercury is required as a functional part of the material furnished under this contract, the Contractor shall obtain written approval from the Procurement Contracting Officer before proceeding with manufacture. The contractor's request shall explain in detail the requirements for mercury, identify specifically the parts to contain mercury, and explain the method of protection against mercury escape. Such a request will be forwarded directly to the Procurement Contracting Officer with a copy to the applicable Government Inspector. Upon approval by the Contracting Officer, the vendor will provide a "Warning Plate" stating that metallic mercury is a functional part of the item and will include name and location of that part. The use of mercury, mercury compounds, or mercury-bearing instruments and/or equipment in a manner which might cause contamination in the manufacture, assembly, or test of material on this contract is prohibited. The most probable causes of contamination are direct-connected manometers, mercury vacuum pumps, mercury seals, or the handling of mercury in the immediate vicinity. Mercury switches, mercury in glass thermometers, standard cells and other items containing mercury may be used if they are located so as not to constitute a contamination hazard. If external contamination by metallic mercury occurs or is suspected, the following test may be used to determine whether contamination by metallic mercury exists or whether corrective cleaning measures have been effective. Enclose the equipment in a polyethylene bag or close-fitting airtight container for eight hours at room temperature (70 degrees F minimum).Sample the trapped air and if mercury vapor concentration is 0.01 mg/cu meter or more, the material is mercury contaminated insofar as the requirements of this contract are concerned. These requirements shall be included in any subcontract or purchase order hereunder and the Contractor shall insure SubContractor compliance with these requirements. Technical questions pertaining to these requirements shall be referred to the Procurement Contracting Officer via the cognizant Administrative Contracting Officer. For background, the following information is provided: Mercury is corrosive to gold, silver, nickel, stainless steels, aluminum and copper alloys. Stainless steels, nickel, and copper alloys are widely used in reactor plants and other submarine/surface ship systems. Accidental trapping of mercury in a component could cause serious damage to vital parts. Mercury is also toxic if inhaled, ingested, or absorbed through the skin. It is evident that grave consequences could result from small amounts of mercury vapor present in an unreplenished submarine/surface ship atmosphere. 4. QUALITY ASSURANCE 4.1 Responsibility for Inspection - Unless otherwise specified in the contract/purchase order, the Contractor is responsible for the performance of all inspection requirements as specified herein. Except as otherwise specified in the contract/purchase order, the Contractor may use his own or any other facilities suitable for the performance of the inspection requirements specified herein, unless disapproved by the Government. The Government reserves the right to perform any of the inspections set forth in the specification where such inspections are deemed necessary to assure supplies and services conform to prescribed requirements. 4.2 Responsibility for Compliance - All items must meet all requirements of this contract/purchase order. The inspection set forth in this specification shall become a part of the Contractor's overall inspection system or quality program. The absence of any inspection requirements shall not relieve the Contractor of the responsibility of assuring that all products or supplies submitted to the Government for acceptance comply with all requirements of the contract/purchase order. Sampling in quality conformance does not authorize submission of known defective material, either indicated or actual, not does it commit the Government to acceptance of defective material. 4.3 Records of Inspection - (This requirement is not applicable to Government Purchase Orders) Records of all inspection work performed by the Contractor, as referenced elsewhere in this contract, shall be kept complete and available to the Government during the performance of the contract and for a period of four years after final delivery of supplies. 4.4 ;Vendors may utilize MIL-I-45208A Am.2 in lieu of ISO 9001 and NCSL Z540.3 in lieu of ISO 10012.; 4.5 ;Inspection System - The Supplier's Quality Inspection System shall be in accordance with MIL-I-45208 or ISO 9001 and NCSL Z540.3 or ISO 10012. The supplier shall develop and submit their written Quality Inspection and Test Plan as indicated on the Contract Data Requirements List (DD Form 1423). Government approval of the supplier's written Quality Inspection and Test Plan is required by the contract. CDRL: QUALITY INSPECTION & TEST PLAN per MIL-I-45208, NCSL Z540.3 and DI-QCIC-81110; 4.6 ;Surface Roughness - All surface finishes are in RMS measurements. Where the degree of surface roughness is indicated, the surface shall be free from all visible imperfections as defined by Standard ASME B46.1.; 4.7 ;Finished Edges - Finished shall be in accordance with the applicable drawing requirements.; 4.8 ;Material Control - The supplier shall have an effective material control system that provides for certified quantitative mill or industrial laboratory r…
Files
Files size/type shown when available.
BidPulsar Analysis
A practical, capture-style breakdown of fit, requirements, risks, and next steps.
FAQ
How do I use the Market Snapshot?
It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.
Is the data live?
The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.
What do P10 and P90 mean?
P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.