2010 BEARING, STAVE
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The Department of the Navy (NAVSUP FLT LOG CTR PUGET SOUND) is issuing a Solicitation (RFQ) for a Bearing, Stave (P/N: STAVE BEARING #9 X STD THK 54"LG). This acquisition is being conducted on a Sole Source basis with DURAMAX MARINE LLC per FAR 6.302-1. A firm-fixed price supply type contract is anticipated. Quotes are due by March 23, 2026, 12 PM Pacific Standard Time.
Scope of Work
This requirement is for 52 units of a specific BEARING, STAVE SHAPE, a direct replacement part for a propulsion shaft waterborne bearing. Key specifications include:
- Size: 9
- Material: Formulated Nitrile Rubber bonded to UHMW-PE backing
- Type: ROMOR X2, Class III, Bearing Stave, MIL-B-17901B (SH) (replaces ROMOR 1 Class III)
- Finish: Glass-Smooth
- Durometer: 80 (Shore A)
- Dimensions: 3.055" Wide x 0.981" Thick x 54" Long (+0.000/-0.031)
- Compliance: Per QPL-17901.
Contract & Timeline
- Type: Firm-Fixed Price Supply Type Contract
- Set-Aside: Sole Source to DURAMAX MARINE LLC (per FAR 6.302-1)
- NAICS Code: 332991 (Size Standard: 1,250 employees)
- Solicitation Number: N0040626QS244
- Quotes Due: March 23, 2026, 12 PM PST
- Published: March 13, 2026
Submission & Evaluation
Quotes must be emailed to the acquisition point of contact, Anna Rose Fulton (annarose.m.fulton.civ@us.navy.mil), by the deadline. Questions should be submitted via email at least two days prior to the closing date. Evaluation will consider price and past performance for reasonableness and responsibility. The Government reserves the right to make a single award. Offerors must be registered in SAM.gov.
Additional Notes
Prospective offerors are responsible for downloading the solicitation from Sam.Gov and monitoring for amendments. Invoices will be submitted via WAWF. Delivery is FOB Origin, with the Government arranging transportation. Inspection and acceptance will occur at the destination.