Bearing, Ball, Annula

SOL #: SPRTA1-25-R-0313Pre-Solicitation

Overview

Buyer

DEPT OF DEFENSE
Defense Logistics Agency
DLA AVIATION AT OKLAHOMA CITY, OK
TINKER AFB, OK, 73145-3070, United States

Place of Performance

Place of performance not available

NAICS

Aircraft Engine and Engine Parts Manufacturing (336412)

PSC

Bearings, Antifriction, Unmounted (3110)

Set Aside

No set aside specified

Timeline

1
Posted
May 20, 2025
2
Last Updated
Sep 16, 2025
3
Response Deadline
Jun 4, 2025, 7:00 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.

Synopsis

FD2030-25-01428

Estimated issue date 5 Jun 2025 and estimated closing/response date 8 Jul 2025.

RFP #: SPRTA1-25-R-0313

Contracting Office Address: 3001 Staff Drive Tinker AFB, OK 73145

PR#: FD2030-25-01428

Nomenclature/Noun: Bearing, Ball, Annula

NSN: 3110-01-319-6269NZ

PN: 4075314

Application (Aircraft): F100

AMC: 1B

History: Previously purchased 5 EA per contract SPE4A1-21-G-0001/SPRTA1-24-F-0031 on 16 Nov 2023

Description: Stabilize the Core Module at its mating point with the Inlet Fan Module.

Dimensions: 10.2500 in. long X 10.2500 in. wide X 2.0575 in. high, weighing 14.5000 lbs.

Material: PWA Steel

A firm fixed price contract is contemplated. The items’ estimated quantities and required deliveries are as follows:

Quantity: See Below

LINE ITEM 0001: Bearing, Ball, Annula

Destination: SW3211 / Tinker AFB, OK 73145

Delivery: All units ON OR BEFORE 10 Mar 2027

Best Estimated Quantity: 45 each

Quantity Range: (Min – 12 each / Max – 68 each)

Qualified Sources:  

Raytheon Technologies Corporation (PW) (Cage: 52661)

SKF USA Inc (Cage: 38443)

FAG Bearing LTD (Cage: 36069)

Timken Company (Cage: 21335)

Set-aside: No Set-aside

Critical Safety Item (CSI) applicability: CSI criteria does APPLY to this item.

Mandatory Language:

In accordance with FAR 5.207(c)(16)(i), all responsible sources may submit a capability statement, proposal or quotation, which shall be considered by the agency. The proposed contract action is for supplies in which the Government intends to solicit and negotiate with only one source, or a limited number of sources under the authority of FAR 6.302. This is a full and open requirement. All proposals received within 45 days after date of publication of this synopsis will be considered by the Government. A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. 

Based upon market research, the Government is not using the policies contained in Part 12, Acquisition of Commercial Items, in its solicitation for the described supplies or services.  However, interested persons may identify to the contracting officer their interest and capability to satisfy the Government's requirement with a commercial item within 15 days of this notice.

Government's obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made.  No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer.

Electronic procedures will be used for this solicitation.  Hardcopies of the solicitation will not be sent from this office. The solicitation will be available for download only at sam.gov. Note: An Ombudsman has been appointed to hear concerns from offers or potential offerors during the proposal development phase of this acquisition.  The purpose of the Ombudsman is not to diminish the authority of the program director or contracting officer, but to communicate contractor concerns, issues, disagreements, and recommendations to the appropriate government personnel.  When requested, the Ombudsman will maintain strict confidentiality as to source of the concern.  The Ombudsman does not participate in the evaluation of proposals or in the source selection process.  Interested parties are invited to contact the Ombudsman at (405) 855-3552.  DO NOT CALL THIS NUMBER FOR SOLICITATION REQUESTS.

Item Unique Identification (IUID): Yes

Export Control DOES NOT apply.

Anticipated Award date: estimated 45 calendar days after solicitation closing date

The solicitation will be available for download on the release date from www.sam.gov.  No telephone requests.  Questions concerning this synopsis or subsequent solicitation can be directed to Keith Russ at keith.russ@us.af.mil. 

People

Points of Contact

Keith RussPRIMARY

Files

Files

No files attached to this opportunity

Versions

Version 3
Award Notice
Posted: Sep 16, 2025
View
Version 2
Solicitation
Posted: Jun 5, 2025
View
Version 1Viewing
Pre-Solicitation
Posted: May 20, 2025