BEARING, BALL, ANNULAR
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 Defense Logistics Agency (DLA) Aviation is issuing a Combined Synopsis/Solicitation for BEARING, BALL, ANNULAR (NSN: 3110-01-448-6155). This opportunity will result in a Commercial Indefinite Delivery Contract with a five-year base period. The solicitation is anticipated to be released on January 21, 2026, with responses due by February 4, 2026.
Scope of Work
This solicitation is for a Critical Application Item (CAI), Bearing, Ball, Annular, NSN 3110-01-448-6155. The estimated annual demand is 302 units, with a minimum of 75 and a maximum of 302. Approved sources for this item are SKF USA INC (38443) and MPB CORPORATION (78118). Surplus dealers, small business dealers, and distributors with existing stock or newly manufactured material are invited to respond. Required delivery is 382 days ARO.
Contract & Timeline
- Type: Commercial Indefinite Delivery Contract (IDC) IAW FAR 13.5
- Duration: Five-year base period
- Set-Aside: None specified
- Solicitation Release (Anticipated): January 21, 2026
- Response Due: February 4, 2026, 8:00 PM EST
- Published: January 21, 2026
- Terms: FOB Destination, Inspection and Acceptance at Destination. Stocked Item. QCC of FCA.
Evaluation
Award will be based on a combination of price, past performance, and other evaluation factors as detailed in the solicitation.
Additional Notes
The solicitation will be available on the DIBBS Website (https://www.dibbs.bsm.dla.mil/) on the issue date. A paper copy will not be provided. Responding entities should include a completed surplus certificate (DLAD 52.211-9000) or adequate traceability documentation, along with quantity available and price. The government reserves the right to alter its acquisition strategy if purchasing existing surplus or newly-manufactured inventory is in its best interest.
Place of Performance: Richmond, VA, United States.