31--BEARING,BALL,DUPLEX
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 Weapon Systems Support Mechanicsburg) is soliciting for the procurement of Duplex Ball Bearings (NSN: 3HD 3110 009921011NT). This requirement is being conducted under Emergency Acquisition Flexibilities (EAF) and has been recently amended to classify the item as a commercial product. Proposals are due by February 19, 2026.
Scope of Work
The contractor shall manufacture and deliver Duplex Ball Bearings in accordance with MIL-B-17931 (Military Specification for Bearings, Ball, Annular, For Quiet Operation). Key technical requirements include:
- Quality Standards: Adherence to MIL-I-45208 or ISO 9001 quality systems.
- Testing: Mandatory Production Lot Testing (PLT) and Government Verification Inspection at the Naval Surface Warfare Center, Carderock Division.
- Environmental Safety: Items must be mercury-free and protected against mercury contamination, as they are intended for use on submarines and surface ships.
- Shelf Life: Items are designated as shelf-life code X (60 months extendable).
Contract & Timeline
- Type: Solicitation (Commercial Item, Bilateral Award)
- Set-Aside: Total Small Business Set-Aside
- Response Due: February 19, 2026
- Delivery: Required within 180 days of award
- Options: Includes an option for increased quantity exercisable up to 180 days after award
- Priority: DO certified under the Defense Priorities and Allocations System (DPAS)
Evaluation
Award will be based on an evaluation of offers including past performance in accordance with FAR 13.106(a)(2). This is a Source Control Item; only sources currently approved by the Government and listed on the Qualified Products List (QPL) will be considered for award. New suppliers must undergo an extensive and time-consuming qualification process.
Additional Notes
Offerors must acknowledge all amendments. If drawings are required, access must be requested via SAM.gov and coordinated with the primary POC.