Annular Ball Bearings in support of the U.S. Army Security Assistance Command (USASAC) under FMS Case: IS-B-BLZ

SOL #: W91CRB-26-R-BALLCombined Synopsis/Solicitation

Overview

Buyer

DEPT OF DEFENSE
Dept Of The Army
W6QK ACC-APG
ABERDEEN PROVING GROU, MD, 21005-5001, United States

Place of Performance

Place of performance not available

NAICS

Ball and Roller Bearing Manufacturing (332991)

PSC

Bearings, Plain, Unmounted (3120)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)

Timeline

1
Posted
May 13, 2026
2
Last Updated
May 13, 2026
3
Submission Deadline
Jun 1, 2026, 6:00 PM

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 Army, W6QK ACC-APG, is soliciting quotes for Annular Ball Bearings to support the U.S. Army Security Assistance Command (USASAC) under Foreign Military Sales (FMS) Case IS-B-BLZ for Israel. This is a Combined Synopsis/Solicitation (RFQ) for commercial items. This opportunity is a Total Small Business Set-Aside. Quotes are due by 10:00 AM EST-U.S. on June 1, 2026.

Scope of Work

The contractor shall provide 20 Annular Ball Bearings with specific specifications:

  • Part Number (P/N): 6425518-6 (Honeywell International, Inc. Div Aerospace)
  • National Stock Number (NSN): 3110013905240
  • NAICS Code: 332991 "Ball and Roller Bearing Manufacturing"
  • Federal Supply Class (FSC): 3120 Bearings, Plain, Unmounted

The vendor is responsible for preparing the shipment for delivery and contacting the freight forwarder. Shipment costs will be paid by the Government, and no shipping costs should be included in the quote. The pickup location for the goods must be clearly indicated in the quote and located within the continental United States.

Contract & Timeline

  • Contract Type: Single Firm Fixed Price (FFP)
  • Anticipated Award Date: No later than June 12, 2026
  • Quote Validity: Quotes must be valid for 90 days
  • Response Due: June 1, 2026, by 10:00 AM EST-U.S.
  • Published Date: May 13, 2026

Submission & Evaluation

Quotes must be submitted via email to Lissa Ewers (lissa.k.ewers.civ@army.mil). Evaluation will follow a Lowest Priced Technically Acceptable (LPTA) approach. Technical and Past Performance factors will be evaluated on an acceptable/unacceptable basis. Award will be made to the offeror with the lowest priced quote that receives an acceptable rating in the Technical factor and an acceptable (or Not Applicable) rating in the Past Performance factor.

Eligibility / Set-Aside

This is a 100% Small Business set-aside. The size standard for NAICS Code 332991 is 1,250 employees. Offerors must be registered in the System for Award Management (SAM) database.

Additional Notes

The solicitation incorporates provisions and clauses by reference; offerors are responsible for familiarizing themselves with these. The Government reserves the right to cancel this solicitation. No storage fees will be paid for FMS shipments.

People

Points of Contact

Shelby A. SaumSECONDARY

Files

Files

Download

Versions

Version 2Viewing
Combined Synopsis/Solicitation
Posted: May 13, 2026
Version 1
Combined Synopsis/Solicitation
Posted: May 13, 2026
View