SPRMM1-26-Q-KD30
CABLE ASSEMBLY,SPEC
DEPT OF DEFENSE > DEFENSE LOGISTICS AGENCY > DLA MARITIME > DLA MARITIME MECHANICSBURG > SPRMM1 DLA MECHANICSBURG
Quick analysis
DLA Maritime Mechanicsburg RFQ SPRMM1-26-Q-KD30 is a commodity supply buy for a specific NSN cable assembly (6150-00-768-9848), quantity 1 EA, with MIL-STD-2073 packaging and higher-level quality system requirements (MIL-I-45208 or ISO 9001/9002).
This work sits outside Trace’s core capabilities (systems integration, SATCOM, CDS, IT/O&M) and falls under NAICS 335311, which Trace registers but lists as lower BD priority. No compelling differentiators or strategic value are evident.
Several key technical documents/drawings are restricted or unreadable, preventing confirmation of manufacturability or sourcing; combined with QMS certification requirements, this presents material compliance and execution risk for Trace.
Scope summary
- Supply CLIN 0001: CABLE ASSEMBLY,SPEC, NSN 6150-00-768-9848 (NIIN 007689848).
- Comply with packaging per MIL-STD-2073 and PPP&M requirements; government may charge for corrections (SDR).
- Implement higher-level quality system: MIL-I-45208 or ISO 9001/9002; contractor inspection and 365-day record retention.
- Provide Safety Data Sheets and GHS labels prior to award; coordinate with NAVSUP WSS per instructions.
- Submit invoice/receiving via PIEE-WAWF (COMBO) with EDI guidance followed.
- If not manufacturer, disclose OEM name, CAGE, and part number.
- Support potential FMS shipment details (e.g., FMS CASE: JCH; MARK FOR data).
Dimension scores
The requirement is a one-off commodity supply of a specific cable assembly (NSN 6150-00-768-9848) with packaging and QMS requirements (MIL-I-45208/ISO 9001). This is outside Trace’s core lanes (SATCOM integration, CDS, IT/O&M).
Trace has DLA presence via JETS 2.0 (prime vehicle), but no evidence of relevant DLA Maritime parts manufacturing/supply past performance. Agency adjacency exists, mission area does not.
Appears to be a stand-alone RFQ (no restricted vehicle). Trace can bid without special vehicle access, but there is no prime-vehicle leverage.
Commodity NSN buy with many potential manufacturers/distributors; no Trace differentiators (Starshield, NSA TI, OCONUS FSR) apply. Not incumbent; drawings/technical specs restricted.
Material risks: restricted technical drawings limit feasibility assessment; higher-level QMS certification (MIL-I-45208 or ISO 9001/9002) not evidenced in company profile; FMS/packaging compliance requirements. High execution/compliance risk for Trace.
Low strategic value: outside core lanes, one-unit buy, no pathway to target programs or vehicles, and no evident expansion into a priority agency mission.
No set-aside barrier, but the solicitation requires MIL-I-45208 or ISO 9001/9002-quality systems. Company profile does not list these certifications. OEM disclosure requirement further suggests Trace would need an ISO-certified manufacturer/teammate to comply.
Concerns
- Restricted/unreadable technical attachments prevent confirming exact specifications and manufacturability/sourcing.
- Quality management certification (MIL-I-45208/ISO 9001/9002) may be required; not evidenced in Trace profile.
- Commodity NSN competition with thin margins and numerous qualified vendors.
- FMS and MIL-STD-2073 packaging/marking compliance risk.
- Very small quantity (1 EA) may not justify pursuit costs.
Teaming opportunities
- ISO 9001-certified OEM/manufacturer of NSN 6150-00-768-9848 or equivalent approved part.
- Distributor with proven DLA Maritime packaging (MIL-STD-2073) and PPP&M compliance experience.
- Partner to handle hazmat/SDS submission if applicable to this item.
Competitive position
- No compelling Trace-specific win themes identified; requirement is a commodity NSN supply buy.
Bid/No bid factors
- Outside Trace core capabilities; NAICS 335311 is listed as lower BD priority in company profile.
- Higher-level QMS certification required (MIL-I-45208/ISO 9001/9002) not listed for Trace.
- Key technical documents/drawings are restricted or unreadable.
- Single-unit, likely low-dollar procurement with limited strategic upside.
Documents
Download all
007689848-SPRMM126QKD30-DWG-4-10-26.pdf
Download
Restricted: Restricted
Document could not be reviewed because access is restricted or controlled. Analysis continues using other available evidence.
ZAPPPED.SPRMM126.QKD30.A0000.M0113773.PDF.PDF
Download
Restricted: Unreadable
Document could not be reviewed because access is restricted or controlled. Analysis continues using other available evidence.
ZAPPPED.SPRMM126.QKD30.A0000.M0113773.PDF.PDF.pdf
No current live SAM.gov attachment matches this stored row.
Partially reviewed: Too large
Partially reviewed DLA Mechanicsburg RFQ (SPRMM1-26-Q-KD30) for NSN 6150-00-768-9848, Item name: CABLE ASSEMBLY, SPEC; selected sections 1 and 11 were extracted only (document flagged too large). The solicitation includes CLIN 0001 (1 EA), FMS case reference, packaging per MIL-STD-2073, inspection/quality requirements (MIL-I-45208 or ISO 9001/9002), and administrative instructions for electronic invoicing and SDS submission.
- Solicitation ID: SPRMM1-26-Q-KD30 (DLA Mechanicsburg, SPRMM1)
- Item/CLIN: CLIN 0001 — ITEM NAME: CABLE ASSEMBLY,SPEC; NSN referenced (format shows 6150-00-768-9848 / NIIN 007689848)
- Quantity visible in extracted section: 1 EA
- FMS indicator: entries show FMS and FMS CASE: JCH / MARK FOR: PNEC00 (possible FMS shipment)
- Packaging: PACKAGING IN ACCORDANCE WITH MIL-STD-2073
- Quality/Inspection: Higher-level quality requirement MIL-I-45208; ISO 9001/9002 acceptable; clauses 52.246-11 and 52.246-2 referenced; contractor responsible for inspection and record retention (365 days)
- Hazmat/SDS: Safety Data Sheets and GHS labels required before award; email route to NAVSUPWSSMECH.HAZMAT@US.NAVY.MIL with NSN, CAGE, part, qty, contract number, POC
- Shipping/administrative: Invoice/Receiving Report via PIEE-WAWF (COMBO); EDI guidance and NAVSUP WSS/PIEE registration instructions included
- OEM disclosure: If not manufacturer, vendor must state OEM and CAGE and part number
- Repackaging clause: Government may correct PPP&M deficiencies and charge contractor or return material for repackaging (SDR potential)
- Document review limitation: only sections 1 and 11 were extracted; remaining technical sections (C, D, E and attachments) referenced but not provided in the extraction
Technical details
Entry: sync
Review status: Up to date
Logical upstream opportunity: 22800
Notice lineage:
- 272b6ee1c0464326b7e41a92e0bdba2f (posted 2026-04-13) - current
- 91bdf5ba34f84ae79a3bec48a2db27b1
Last synced: 2026-04-21T15:58:08.285414+00:00
Last analyzed: 2026-04-21T15:59:05.066259+00:00
Latest package fingerprint: 95d073a9d2e3a68d1f729f2872ad2e102a4843e6d35d962a310dec7015e81d17
Latest package notice: 272b6ee1c0464326b7e41a92e0bdba2f
Latest package documents: 3
Evidence limitations- 007689848-SPRMM126QKD30-DWG-4-10-26.pdf: restricted (restricted)
- ZAPPPED.SPRMM126.QKD30.A0000.M0113773.PDF.PDF: restricted (unreadable)
- ZAPPPED.SPRMM126.QKD30.A0000.M0113773.PDF.PDF.pdf: partially reviewed (too large)
- One or more upstream documents were access restricted; Scout analyzed the available evidence only.
- 2026-04-21T15:58:08.287749+00:00: 272b6ee1c0464326b7e41a92e0bdba2f with 3 docs
Labels
Human notes
No human notes yet.