Skip to content
Department of Defense

MANUFACTURE WALTS CABLES

Solicitation: N6660426Q0190
Notice ID: 969d305bb42d412abdba38d8aba7f531
TypeCombined Synopsis SolicitationNAICS 334419PSC5995Set-AsideNONEDepartmentDepartment of DefenseAgencyDept Of The NavyStateRIPostedApr 07, 2026, 12:00 AM UTCDueApr 22, 2026, 03:00 PM UTCCloses in 14 days

Combined Synopsis Solicitation from DEPT OF THE NAVY • DEPT OF DEFENSE. Place of performance: RI. Response deadline: Apr 22, 2026. Industry: NAICS 334419 • PSC 5995.

DoD CMMC Readiness
Modern compliance support by Federal Bid Partners

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.

Done-for-you service
CMMC start-to-finish with FBP
$2,000
Registered Practitioner logo
Guided by a Registered Practitioner with practical DoD workflow support.
  • 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
Start CMMC with Federal Bid Partners →
AI-powered application
CMMC Pulsar™ start-to-finish
$399
CMMC Pulsar logo
First-of-its-kind CMMC Pulsar™ app to run your CMMC workflow with AI assistance.
  • Structured checklist, AI guidance, and progress tracking
  • Build evidence and controls with clearer next-step workflows
  • Ideal for teams that want speed plus affordability
Open CMMC Pulsar™ →
Solicitation context: N6660426Q0190. Requirements vary by acquisition and contract type; COTS-only exceptions may apply.

Market snapshot

Awarded-market signal for NAICS 334419 (last 12 months), benchmarked to sector 33.

12-month awarded value
$106,342,367
Sector total $51,923,358,306 • Share 0.2%
Live
Median
$299,750
P10–P90
$34,314$366,311
Volatility
Volatile111%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
0.2%
share
Momentum (last 3 vs prior 3 buckets)
+59%($24,351,870)
Deal sizing
$299,750 median
Use as a pricing centerline.
Live signal is computed from awarded notices already observed in the system.
Signals shown are descriptive of observed awards; not a forecast.

Related hubs & trends

Navigate the lattice: hubs for browsing, trends for pricing signals.

We write these bids →
Open on SAM.gov →
Map for RI
Live POP
Place of performance
Newport, Rhode Island • 02841 United States
State: RI
Contracting office
Newport, RI • 02841-1703 USA

Applicable Wage Determinations

SAM WDOL references matched to this opportunity's location and scope language.

WD Directory →
Best fit for this contractDavis-Bacon
RI20260001 (Rev 2)
Match signal: state matchOpen WD
Published Jan 30, 2026Rhode Island • Bristol, Kent, Newport +2
Rate
MATERIAL HANDLER (Includes preparation, wetting, stripping, removal scrapping, vacuuming, bagging & disposing of all insulation materials, whether they contain asbestos or not, from mechanical systems)
Base $49.91Fringe $36.63
Rate
BOILERMAKER
Base $50.62Fringe $28.82
+81 more occupation rates available in the full WD.
View more for this contract
3 more WD matches and 81 more rate previews.
Davis-BaconBest fitstate match
RI20260001 (Rev 2)
Open WD
Published Jan 30, 2026Rhode Island • Bristol, Kent, Newport +2
Rate
MATERIAL HANDLER (Includes preparation, wetting, stripping, removal scrapping, vacuuming, bagging & disposing of all insulation materials, whether they contain asbestos or not, from mechanical systems)
Base $49.91Fringe $36.63
Rate
BOILERMAKER
Base $50.62Fringe $28.82
Rate
Bricklayer, Stonemason, Pointer, Caulker & Cleaner
Base $46.86Fringe $29.14
+80 more occupation rates in this WD
Davis-Baconstate match
RI20260002 (Rev 1)
Open WD
Published Jan 30, 2026Rhode Island • Bristol, Kent, Providence +1
Rate
ELECTRICIAN
Base $42.09Fringe $5.41
Rate
ELEVATOR MECHANIC
Base $64.52Fringe $38.43
Rate
Power Equipment Operator Grader and Roller
Base $39.90Fringe $28.25
+14 more occupation rates in this WD
Davis-Baconstate match
RI20260003 (Rev 1)
Open WD
Published Jan 30, 2026Rhode Island • Newport
Rate
ROOFER
Base $47.49Fringe $31.44
Rate
BRICKLAYER
Base $21.70Fringe $10.85
Rate
CARPENTER Including Drywall Hanging Metal Stud Framing, Form Setting, Batt Insulation, Downspouts & Gutter Installation
Base $12.95Fringe $5.51
+7 more occupation rates in this WD
Davis-Baconstate match
RI20260005 (Rev 1)
Open WD
Published Jan 30, 2026Rhode Island • Bristol, Kent, Newport +2
Rate
Dredging: CLASS A1
Base $48.48Fringe $15.34
Rate
b CLASS A2
Base $43.20Fringe $14.99
Rate
b CLASS B1
Base $41.93Fringe $14.90
+4 more occupation rates in this WD

Point of Contact

Name
Jennifer Vatousiou
Email
jennifer.m.vatousiou.civ@us.navy.mil
Phone
4018325265

Agency & Office

Department
DEPT OF DEFENSE
Agency
DEPT OF THE NAVY
Subagency
NAVSEA
Office
NAVSEA WARFARE CENTER • NUWC DIV NEWPORT
Contracting Office Address
Newport, RI
02841-1703 USA

More in NAICS 334419

Description

This is a combined synopsis and solicitation for commercial items prepared in accordance with format in FAR Subpart 12.6 – Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation and quotes are being requested. In accordance with FAR 5.203(a)(2) this solicitation will be posted for less than fifteen (15) days.

Request for Quotation (RFQ) number is N6660426Q0190. This requirement is being solicited as a unrestricted. The North American Industry Classification System (NAICS) code for this acquisition is 334419.  The Small Business Size Standard is 750 employees. The Product Supply Code (PSC) is 5995.

This requirement is for Weapon and Launcher Test Set Cables according to drawing, and military specifications. 

Naval Undersea Warfare Center Division, Newport (NUWCDIVNPT) intends to purchase, on a Firm Fixed Price (FFP) basis, for the items listed below:  Required delivery is F.O.B. Destination, Naval Station Newport, RI, 02841-1708 No Later than September 2026.

For the purposes of quoting to this opportunity, the Contract Line Item Number (CLIN) structure is identified below.

CLIN 0001      HLS DAQ Main Cable (W4) 
Part No. 7443853

                        Qty 12

CLIN 0002      PMT HLS DAQ Main Cable (W4)

                        Part No. 7614833

                        Qty 12

CLIN 0003      Guidance Wire Tee Cable (W5)

                        Part No. 7443847

                        Qty 12

CLIN 0004      Mk21 Turbine RPM Tee Cable (W6)

                        Part No. 7443844

                        Qty 12

CLIN 0005      Mk 17/19 Turbine RPM Tee Cable (W6)

                        Part No. 8306619

                        Qty 12

CLIN 0006      Firing Voltage Tee Cable (W7)

                        Part No. 7443845

                        Qty 12

CLIN 0007      Stop Bolt Tee Cable (W8)

                        Part No. 8350549

                        Qty 6

CLIN 0008      CAFVE Dash-18 Cable (W9)

                        Part No. 8350550

                        Qty 6

CLIN 0009      CAFVE Port (W10)

                        Part No. 8350551

                        Qty 6

CLIN 0010      CAFVE Stbd Cable (W11)

                        Part No. 8350552

                        Qty 6

This requirement contains drawings that are designated Distribution D and Export Control which means distribution is authorized to the DOD and US DOD contractors with a valid Joint Certification Program (JCP) certification. Only Offerors with an active registration in JCP will be provided access to the drawings. Please visit https://www.dla.mil/Logistics-Operations/Services/JCP/ for further details on the program and registration. To obtain a copy of the drawings, submit a request by SAM or email to Jennifer.m.vatousiou.civ@us.navy.mil. All requests must include the RFQ #, company name, complete company address, CAGE code, point of contact*, telephone number, e-mail address, JCP registration number, and a copy of the companies DD2345 to avoid issues with JCP site.  Due to the Distribution D rating, an approved DD 2345 Joint Certification Program (JCP) form is required. Please ensure that you are working to obtain your JCP certification as it will be requested. The Request for Quote will have a requirement to have an active NIST SP 800-171 assessment on the Supplier Performance Risk System (SPRS) module of the Procurement Integrated Enterprise Environment (PIEE) website. Additionally, per the Request for Quotes, a Cybersecurity Maturity Model Certification (CMMC) Level 2 (self) is required to be uploaded to the SPRS module as well. Only when we have the JCP certification and confirm that your company has an active NIST and CMMC assessment, we will approve the release of the documents. Please note that the documents can only be released to the Data Custodian listed on the JCP Certification. The CMMC assessment is a new requirement for purchases.

*Note: Drawings will only be provided to the individual identified as the certified JCP custodian. Please ensure this information is included in your request. Requested drawings will be transferred via DOD SAFE.

ALL REQUESTS FOR DRAWINGS MUST BE RECEIVED NO LATER THAN 08 APRIL 2026!

Offeror shall complete and submit Federal Acquisition Regulations (FAR) Provision 52.204-24 ‘Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment’ (AUG 2020), which is included as an attachment to the solicitation or be certified in Certs and Reps on SAM.

F.O.B. Destination, Newport, RI 02841-1708. The Offeror shall include shipping charges, if applicable and separately priced, and specify best delivery lead times in its quote.

Incorporated provisions and clauses are those in effect through the most current Federal Acquisition Circular (FAC). The following provisions and clauses apply to this solicitation:

FAR 52.204-23, “Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab.”;

FAR 52.204-25, “Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment”;

FAR 52.209-10, “Prohibition on Contracting with Inverted Domestic Corporations.”;

FAR 52.209-11, “Representation by Corporations Regarding Delinquent Tax Liability or Felony under any Federal Law.”;

FAR 52.212-1, “Instructions to Offerors – Commercial Items.”;

FAR 52.212-2, “Evaluation – Commercial Items.”;

FAR 52.212-3 (ALT 1), “Offeror Representations and Certifications – Commercial Items.”;

FAR 52.212-4, “Contract Terms and Conditions – Commercial Items.";

FAR 52.212-5, “Contract Terms and Conditions Required to Implement Statutes or Executive Orders – Commercial Items.”;

DFARS 252.204-7008, “Compliance with Safeguarding Covered Defense Information Controls.”;

DFARS 252.204-7009, “Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information.”;

DFARS 252.204-7015, “Notice of Authorized Disclosure of Information for Litigation Support.”;

DFARS 252.204-7019, “NOTICE OF NIST SP 800-171 DOD ASSESSMENT REQUIREMENTS”;

DFARS 252.204-7020, “NIST SP 800-171 DOD ASSESSMENT REQUIREMENTS”;

DFARS 252.213-7000, “Notice to Prospective Suppliers on Use of Supplier Performance Risk System in Past Performance Evaluations.”

DFARS 252.215-7013, “Supplies and Services Provided by Nontraditional Defense Contractors.”;

DFARS 252.225-7031, “Secondary Arab Boycott of Israel.”;

DFARS 252.246-7008, “Sources of Electronic Parts.”;

Additional terms and conditions:

In accordance with DFARS Clause 252.211-7003, the contractor shall provide a unique item identifier (UID) for all delivered items for which the Government’s unit acquisition cost is $5,000.00 or more. If UID applies, payment will be via Wide Area Workflow (WAWF). If UID does not apply, and if there are no surcharges, the Government’s preferred payment method is via credit card.

Full text of incorporated FAR/DFARS clauses and provisions may be accessed electronically at https://acquisition.gov/far/.

Contractors must be registered in the System for Award Management (SAM) (https://www.sam.gov/portal/public/SAM) prior to award. Instructions for registration are available on the website.

The Government intends to award a single FFP Purchase Order to the eligible and responsible offeror on a Lowest Price, Technically Acceptable basis.

In order to be determined technically acceptable the offeror shall:

  1. Quote the specified in their required quantities. The offeror quote shall be good for at least a minimum of 30 days.
  2. Product must meet minimum requirements of drawings and military specifications.
  3. Offeror must be JCP certified and provide DD2345 for access to drawings.
  4. (Technical) Manufacturer has to be located in the United States.
  5. (Technical) Component acquisition; manufacturer must have knowledge on how to acquire legacy components that are often made to order, require minimum buy quantity or have long lead times.
  6. (Past Performance) Must exhibit related skills/capabilities from the past.
  7. (Past Performance) How well a seller has performed similar work
  8. Vendor must deliver by the required date of September 2026

Offers must be emailed directly to Jennifer Vatousiou at jennifer.m.vatousiou.civ@us.navy.mil. Offers must be received no later than 11:00 a.m. (EST) on Wednesday, 22 April 2026. Offers received after this date and time may not be considered for award. For information on this acquisition, contact Jennifer Vatousiou at the email listed above.

ALL REQUESTS FOR DRAWINGS MUST BE RECEIVED NO LATER THAN 08 APRIL 2026!

Files

Files size/type shown when available.

BidPulsar Analysis

A practical, capture-style breakdown of fit, requirements, risks, and next steps.

Analysis is being generated for this notice. Check back shortly.

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.