31--BALL,BEARING
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, specifically NAVSUP Weapon Systems Support Mech, is soliciting quotations for 22 BALL, BEARING (NSN 1HM 3110 014859782 SQ). This requirement is a 100% Total Small Business Set-Aside and seeks to procure "Bearing, FWD" for use on Navy submarines. Award will be based on best value, considering price and non-price factors. Quotations are due by April 15, 2026.
Scope of Work
This procurement covers the manufacture and quality assurance of 22 BALL, BEARING (NSN 1HM 3110 014859782 SQ), referred to as "Bearing, FWD," for Navy submarines. Key requirements include:
- Adherence to Drawing 7094233, Item No. 2, for material, physical, and mechanical specifications.
- Specific light blue color as per drawing notes.
- Marking in accordance with MIL-STD-130.
- Strict mercury-free manufacturing, with specific testing and approval processes if mercury is functionally required.
- Compliance with MIL-STD-973 for configuration control, including submission of Engineering Change Proposals, Deviations, and Waivers.
Contract & Timeline
- Type: Request for Quotation (RFQ) leading to a Firm Fixed-Price award.
- Set-Aside: Total Small Business (100%).
- Product Service Code: 3110 (Bearings, Antifriction, Unmounted).
- Quotations Due: April 15, 2026, 8:30 PM EDT.
- Published: March 12, 2026.
Evaluation
Award will be made to the responsible offeror whose quotation provides the best value to the Government. Evaluation factors are:
- Price.
- Non-Price Factors (approximately equal to price when combined):
- Delivery Lead Time: Proposals with delivery lead times considered in the Government's best interest will be rated higher.
- Past Performance: Assessment of successful contract performance, quality/timeliness of delivery, cost management, communication, proactive management, and customer satisfaction on related contracts. Simplified Acquisition Procedures will be utilized.
Key Requirements & Quality Assurance
Offerors must adhere to stringent quality requirements, including:
- An inspection system compliant with MIL-I-45208 or ISO 9001 and NCSL Z540.3 or ISO 10012.
- Submission of a written Quality Inspection and Test Plan (CDRL).
- First Article Testing/Inspection is mandatory, requiring Government approval of procedures and reports (CDRLs) before production. Suppliers must notify NSWCPD (matthew.j.ogilvie.civ@us.navy.mil) two weeks prior to scheduled first article testing.
- Production Lot units require 100% visual/dimensional inspection and submission of comprehensive reports (CDRLs), including a Certificate of Compliance for UHMW 1900 Material, Visual/Dimensional Inspection Report, and Mercury Exclusion Certification.
- Final inspection and acceptance will be performed by the cognizant DCMA-QAR in conjunction with NSWCPD.
- Payment will be processed via Wide Area WorkFlow (WAWF) using invoice and receiving reports (combo) with DODACC N00104.