31--BEARING,BALL,ANNULA
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 Mechanicsburg, is soliciting proposals for the manufacture and delivery of Annular Ball Bearings (NSN: 3HD 3110 013190021NT). This requirement is for a commercial item and is designated as a Total Small Business Set-Aside. The solicitation was amended to extend the closing date to April 13, 2026.
Scope of Work
This opportunity requires the manufacture of BEARING,BALL,ANNULA items, which must adhere to MIL-DTL-17931F Military Specification for 'Bearings, Ball, Annular, For Quiet Operation' and other referenced documents. The required item is Standard Part Number M17931-G087. Key requirements include strict adherence to quality conformance inspection, production lot testing, and mercury-free material specifications, especially for use on submarines/surface ships.
Contract & Timeline
- Type: Solicitation (resultant award will be bilateral)
- Set-Aside: Total Small Business
- Response Due: April 13, 2026, 8:30 PM Z
- Published: March 10, 2026 (latest amendment)
- Delivery: 180 days for CLIN 0001AA and 0001AB (10 units each)
- Warranty: One year from date of delivery.
Key Requirements & Evaluation
This item is on the Qualified Products List (QPL). Only items tested and approved in accordance with qualification requirements will be acceptable. Prospective contractors must be determined qualified by the engineering activity prior to submitting an offer. Past performance will be considered in the evaluation of offers, in accordance with FAR 13.106(a)(2). Production Lot Testing (PLT) is required. The contract will be DO certified for national defense under the Defense Priorities and Allocations System (DPAS).
Additional Notes
The item has been determined a commercial item via amendment. Contractors are responsible for all inspection requirements, with MIL-I-45208 or ISO 9001/9002 systems being acceptable. Government verification inspection will occur at the Naval Surface Warfare Center, Carderock Division. All questions regarding the amendment or requirement should be directed to Abigail Hurlbut at ABIGAIL.R.HURLBUT.CIV@US.NAVY.MIL.