Federal Contract Opportunity

Last Updated on 25 Jun 2025 at 10 AM
Sources Sought
Philadelphia Pennsylvania

LHD/A Machinery Control Systems I/O Cables

Details

Solicitation ID N64498-25-RFPREQ-PD-51-0112
Posted Date 25 Jun 2025 at 10 AM
Response Date 10 Jul 2025 at 9 PM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Nswc Philadelphia Div
Agency Department Of Defense
Location Philadelphia Pennsylvania United states

Possible Bidders

National Industries For The Blind

Wayne Earth city Alexandria

Supplycore Incorporated

Rockford Santa fe springs North kansas city Atlanta

Lockheed Martin Corporation

Saint paul Eatontown Oldsmar Manchester Camden Kekaha Johnson city Hudson Santa margarit Harlingen Moorestown Honolulu Las vegas Boulder Littleton Santa maria Grand prairie Ocala Greenbelt Bellevue Aurora Chambersburg Tinton falls Goleta Kailua Norfolk San antonio Glenside Clarksburg Rcho sta marg Lanham Arlington Troy Killeen Owego Aberdeen proving ground Fort bliss Sunnyvale Gulfport Alpharetta Seabrook Archbald Nashua Gilbert Atlanta Herndon Hoffman estates Baltimore Pomona Centreville Ontario North las vegas Manassas Horsham Liverpool Syracuse Malvern Orlando Chantilly Cherry hill Oak ridge New orleans Riviera beach Cape canaveral Americus Hoffman estate Sarasota Fort worth Colorado sprin Lexington Springfield Ventura Goodyear King of prussia Akron Houston Utica Bethesda Chelmsford Pinellas park Palo alto Burlington Irvine White sands missile range Great neck Merrimack Washington Courtland Bay saint louis Milpitas Johnstown Hightstown San jose Uniondale Titusville Gaithersburg Huntsville Palmdale Santa clara Falls church Yonkers Chesapeake Rockville Warner robins Hurlburt field Eagan Hanover Virginia beach New york Santa cruz San diego Austin Niagara falls Colorado springs Reston King of prussi Marietta Newtown Syosset Fairfax Burbank Mount laurel Buellton Papillion

Sign up to access Documents

Signup now

The Naval Surface Warfare Center, Philadelphia Division (NSWCPD) is seeking sources to provide support to NSWCPD Code 515, which is responsible for The Landing Helicopter Dock and Landing Helicopter Assault (LHD/A) Machinery Control Systems (MCS) Land Based Test Environment (LBTE)

Contractor shall provide the following hardware components that meet or exceed the specifications defined below. Specification documentation is required for equivalent materials. 

  • Qty. 1075, Input/Output (I/O) Cables assembled as described below. Quantities below are for one (1) I/O Cable assembly.

    1. 0001 Qty. 1, I/O Cable Header for two (2) 50 position rectangular receptacle connectors
      • No greater than 2.422” (L), 0.564”(W), 1.560”(H), see Figure 1 for dimension details.
      • Header cable exit hole located towards the top edge angled up at 45 degrees.
      • “UP” Orientation label with an arrow located on the external face, under the cable exit pointing towards the cable exit.
      • Four (4) screw holes to secure header to I/O Card compatible with P/N: 68G5, 3U OpenVPX Multifunction I/O Board.
      • Two (2) screw holes to secure header to 50-position rectangular receptacle.
    2. 0002 Qty. 2, 50-Position Rectangular Receptacle Connector Crimp Gold 22 AWG compatible with P/N: 68G5, 3U OpenVPX Multifunction I/O Board.
      • Equivalent to P/N: M80-9415005
    3. 0003 Qty. 100, eight (8) feet of 22 AWG wires with silver-plated copper conductor and extruded Polytetrafluoroethylene (PTFE) insulation.
      • Equivalent to P/N: M22759/11-22-9
    4. 0004 Qty. 100, 22-20 AWG Polypropylene Plastic, Tin-Plated Copper Insulated Wired Ferrules.
      • Equivalent to P/N: MC1034
    5. 0005 Qty. 100, Heat-Shrink Wire Labels.
      • Equivalent to P/N: B33-94-2-342
    6. 0006 Qty. 2, Polyethylene Terephthalate (PET) braided sleeve.
      • Equivalent to P/N: GRP-120NF12
    7. 0007 Glass Cloth Electrical Tape.
      • Equivalent to 3M 69

Each I/O cable shall be assembled as follows:

    • Item 0003, eight (8) feet of 22 AWG wires, shall be split into two (2) bundles of fifty (50) wires. The following instructions shall be repeated for each bundle:
      • One end of the bundles shall be crimped with Item 0004, 22-20AWG Polypropylene Plastic, Tin-Plated Copper Insulated Wired Ferrules.
      • Each of the ferruled wires shall be labeled, using Item 0005, Heat-Shrink Wire Labels, J3-01 through J3-50 and J4-01 through J4-50 to match the
      • pinout numbering of Item 0002, 50 Position Rectangular Receptacle Connector. See Figure 1, for guidance on pin position labeling.
      • The end of the cable bundle that was not ferruled and labeled will be connected to the Item 0002, 50 Position Rectangular Receptacle Connector. Found within Item 0001, I/O Cable Header.
      • Item 0002, 50 Position Rectangular Receptacle Connector shall be positioned within 0001, I/O Cable Header so that the connector keys are pointing outward in opposite directions.
      • Item 0007, Glass Cloth Electrical Tape, shall be used to build up and secure the cable.
      • The entire length of the cable bundle, except for the last few inches leading into Item 0001, I/O Cable Header, shall be secured within the Item 0006, Polyethylene Terephthalate (PET) braided sleeve.

    • Repeat this process so that each Item 0001, I/O Cable Header, has two (2) cable bundles of, Item 0003, 22 AWG wires connected to the, Item 0002, 50 Position Rectangular Receptacle Connector, secured with, Item 0007, Glass Cloth Electrical Tape, protected by, Item 0006, PET braided sleeve leading to fifty (50), Item 0004, 22-20AWG Polypropylene Plastic Tin-Plated Copper Insulated Wired Ferrules, labeled with Item 0005, Heat-Shrink Wire Labels.

THIS SOURCES SOUGHT IS NOT A REQUEST FOR PROPOSAL.  It is a market research tool being used to determine potential firms under capable of providing the supplies/services described herein prior to determining the method of acquisition.

Capability Statements:

Interested businesses are invited to submit capability statements, not to exceed 5 double spaced, single-sided pages in length, demonstrating their ability to fulfill this requirement.  Capability Statements must address, at a minimum the following:

Section 1: Introduction.  Identify the Sources Sought Number and Title

Section 2: Corporate Description

  • Name of Company and address
  • Ownership, including whether:  Small, Small Disadvantaged Business (SDB), 8(a), Women-Owned Small Business (WOSB), HUBZone, or Service Disabled Veteran-Owned Small Business (SDVOSB)
  • Points of contact, including: Name, title, phone, and e-mail address
  • CAGE Code and DUNS Number

 (1) A complete description of the offeror’s capabilities (including technical, program management, prototyping, etc.) related experience, facilities, techniques, or unique combination of factors that would directly relate to the Government’s objectives as stated in the attached PWS,

(2) The qualifications, capabilities, and experiences of Contractor employees, who would be available to support this effort,

(3) Demonstrated ability to obtain security clearances at the time of contract award or within 45 days for all personnel expected to provide support in accordance with the above requirement;

Section 3. Past/Current Performance.  Suggested language: Provide one (1) example of prior/current corporate experience performing efforts of similar size and scope within the last three years, including contract number, organization supported, indication of whether as a prime or subcontractor, contract values, Government point of contact with current telephone number, and a brief description of how the referenced contract relates to the services described in the Draft SOW.

Section 4.  Technical Response.  Provide a detailed technical response that addresses the tasks identified in the Draft SOW.  Information should include:

  • Contractor’s Facility Clearance (if required, this should be filled out by the negotiator)
  • Statement regarding capability to obtain the required industrial security clearances for personnel (if required, this should be filled out by the negotiator)
  • The contractor’s ability to manage, as a Prime contractor, the types and magnitude of all tasking in the SOW
  • Contractors technical ability, or potential approach to achieving technical ability, to perform at least 51% of the cost of the requirement with its’ own employees in accordance with FAR 52.219-14
  • The contractor’s capacity, or potential approach to achieving capacity, to execute the requirements of the SOW.  This response should include a discussion of resources available such as corporate management and currently employed personnel to be assigned to tasks under this effort to include professional qualifications, specific experience of such personnel, and the ability to have personnel located at the locations specified
  • Contractor’s ability to begin performance upon contract award.
  • A statement that the contractor either has or does not have an approved accounting system, as required in Federal Acquisition Regulation (FAR) 16.301-3(a)(3) for cost-reimbursement contracts.

Attachment (1) DRAFT Statement of Work (SOW)

Note:  The requested information is for planning purposes and does not constitute a commitment, implied or otherwise, that a procurement action will be issued nor will the Government pay for the information solicited.  All information and data received in response to this sources sought marked or designated a corporate proprietary information will be fully protected and held in strict confidence.

Note: Prior to the award of a cost-type task order, the Federal Acquisition Regulation (FAR) SubPart 16.301-3(a) requires that the contractor’s accounting system be determined adequate for considering costs applicable to the contract or order.  No telephone responses will be accepted.  No contractor response received after the advertised due date and time will be accepted.  No exceptions to this receipt deadline will be granted under any circumstances.  Questions or comments submitted via email.  Responses must be received no later than 5:00pm EST on July 10 2025 by e-mail to [email protected]

Similar Opportunities

Philadelphia Pennsylvania 10 Jul 2025 at 9 PM
Philadelphia Pennsylvania 10 Jul 2025 at 9 PM
Philadelphia Pennsylvania 10 Jul 2025 at 9 PM
Philadelphia Pennsylvania 14 Jul 2025 at 4 AM
Philadelphia Pennsylvania 14 Jul 2025 at 8 PM

Similar Awards

Philadelphia Pennsylvania Not Specified
Philadelphia Pennsylvania 02 Sep 2015 at 5 PM
Mechanicsburg Pennsylvania 04 May 2017 at 11 AM
Location Unknown 13 Oct 2016 at 11 AM
Location Unknown 30 Apr 2015 at 8 PM