Active Solicitation · DEPT OF DEFENSE

    CABLE ASSEMBLY,SPEC

    Sol. N00104-26-Q-DA77SolicitationSet-aside: No Set aside usedMECHANICSBURG, PA
    Open · 21d remaining
    DAYS TO CLOSE
    21
    closes May 14, 2026
    POSTED
    Apr 16, 2026
    Publication date
    NAICS CODE
    335999
    Primary industry classification
    PSC CODE
    6150
    Product & service classification

    AI Summary

    This opportunity is a Request for Quotation (RFQ) for cable assembly products for the Department of Defense, specifically the Navy. Bidders must provide unit prices, procurement turnaround times, and comply with military packaging requirements. Traceability documentation is required if the bidder is not the manufacturer. Accelerated delivery is encouraged.

    Contract details

    Solicitation No.
    N00104-26-Q-DA77
    Notice Type
    Solicitation
    Set-Aside
    No Set aside used
    Posted Date
    April 16, 2026
    Response Deadline
    May 14, 2026
    NAICS Code
    335999AI guide
    PSC / Class Code
    6150
    Contract Code
    1700
    Primary Contact
    ADOLPHE ANDOU, N712.30
    State
    PA
    ZIP Code
    17050-0788
    AI Product/Service
    product

    Description

    CONTACT INFORMATION|4|N712.30|AE2|771-229-0381 |ADOLPHE.J.ANDOU.CIV@US.NAVY.MIL| ITEM UNIQUE IDENTIFICATION AND VALUATION (JAN 2023)|19|||||||||||||||||||| INSPECTION OF SUPPLIES--FIXED-PRICE (AUG 1996)|2||| WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (JAN 2023)|16|COMBO INVOICE AND RECEIVING REPORT||TBD|N00104 |TBD|TBD|SEE SCHEDULE|SEE SCHEDULE|||TBD|||||| NAVY USE OF ABILITYONE SUPPORT CONTRACTOR - RELEASE OF OFFEROR INFORMATION (3-18))|1|| MANDATORY USE OF WORKFLOW PRO (WFP) MOD ASSIST MODULE|1|A.J ANDOU| BUY AMERICAN-FREE TRADE AGREEMENTS-BALANCE OF PAYMENTS PROGRAM-BASIC (FEB 2024)|11|||||||||||| NOTICE OF CYBERSECURITY MATURITY MODEL CERTIFICATION LEVEL REQUIREMENTS (NOV 2025))|1|| SMALL BUSINESS SUBCONTRACTING PLAN (DOD CONTRACTS)-BASIC (DEV 2026-O0037)(FEB 2026))|2||| CONTRACTOR PURCHASING SYSTEM ADMINISTRATION-BASIC (DEVIATION 2026-O0015)|1|| SECURITY PROHIBITIONS AND EXCLUSIONS (CLASS DEVIATION 2026-O0025)(FEB 2026)|7|||||||| BUY AMERICAN-FREE TRADE AGREEMENTS-BALANCE OF PAYMENTS PROGRAM CERTIFICATE-BASIC (FEB 2024))|5|||||| BUY AMERICAN-BALANCE OF PAYMENTS PROGRAM CERTIFICATE-BASIC (FEB 2024)|1|| ALTERNATE A, ANNUAL REPRESENTATIONS AND CERTIFICATIONS (DEVIATION 2026-O0043)(FEB 2026))|13|X||||||||||||| NOTICE OF PRIORITY RATING FOR NATIONAL DEFENSE, EMERGENCY PERPARDENESS, AND ENRGY PROGAM USE (APRIL 2008))|2||DO. All freight is FOB Origin. This RFQ is for a buy. The resultant award of this solicitation will be issued bilaterally, requiring the contractor’s written acceptance prior to execution. Verify nomenclature, part number, and NSN prior to responding. Do NOT include the cost for shipping material. ** Accelerated delivery is encouraged and accepted before the delivery date(s) listed in the schedule. ** Government source inspection and acceptance is required. Please provide the following information: Unit Price:__________ FIRM Total Price:__________ FIRM Procurement Turnaround Time (PTAT) :__________ Awardee CAGE: __________ Inspection & Acceptance CAGE, if not at source:__________ Delivery Vehicle (if Delivery Order requested) (if your company has a c current BOA/IDIQ, for example) :__________ Required shipping procedure is military packaging and bar coding. NON-DESTRUCTIVE FAT applies to both government and contractor per the TDP. NON-DESTRUCTIVE PLT applies to contractor as per the TDP. **Important Traceability Notice** 1. If you are not the manufacturer of the material you are offering, you must state who the manufacturer is (NAME & CAGE Code) and provide traceability information, if requested, prior to receiving an award. The evidence must be submitted within 2 days, or as otherwise specified, or the offer may not be considered. 2. By submitting a quotation or offer, the contractor agrees that, when the c ontractor is not the Manufacturer of the item, it is confirming that it currently has or will obtain before award and shall retain documented e(supply chain traceability documentation) that the item is from the approved manufacturer and conforms to the technical requirements. The retention period is five years after final payment under this contract. 3. At a minimum, the supply chain traceability documentation for the item shall include: basic item description, part number and/or national stock number, manufacturing source, manufacturing source’s Commercial and Government Entity (CAGE) code, and clear identification of the name and location of all supply chain intermediaries between the manufacturer to the contractor to item(s) acceptance by the Government. The documentation should also include, where available, the manufacturer’s batch identification for the time(s), sas date codes lot codes, or serial numbers as date codes lot codes, or serial numbers. 4. Examples of traceability information/documentation: The invoice received bthe offeror from the approved source ie. OEM or from an authorized dealer/di stributor for the approved source. Or a letter/official email from the OEM confirming offeror is authorized to resell their items. Or the packing slip that accompanied the shipment to the offeror/ contractor from the approved source, or from an authorized dealer/distributor for the approved source. Any questions should be directed to the POC for this solicitation. INSPECTION AT ORIGIN ACCEPTANCE AT ORIGIN

    Key dates

    1. April 16, 2026Posted Date
    2. May 14, 2026Proposals / Responses Due

    AI search tags

    Frequently asked questions

    CABLE ASSEMBLY,SPEC is a federal acquisition solicitation issued by DEPT OF DEFENSE. Review the full description, attachments, and submission requirements on SamSearch before the response deadline.

    SamSearch Platform

    Stop searching. Start winning.

    AI-powered intelligence for the right opportunities, the right leads, and the right time.