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
This is an Award Notice for a Firm Fixed-Price contract for Bearing, Ball, Annula (NSN: 3110-01-359-7143 OK) by DLA AVIATION AT OKLAHOMA CITY, OK. The contract was awarded following an Unrestricted solicitation process.
Scope of Awarded Contract
The contract covers the procurement of Bearing, Ball, Annula, specifically identified as NSN: 3110-01-359-7143 OK. These bearings support a bevel gearshaft in a Power Take Off assembly. Key specifications include an outer diameter of 4.3307 inches by 0.6299 inches at the widest point, with manufacturer part numbers 5045T46P02 and 70854. The requirement was for "New Manufactured Material," with inspection and acceptance at "Origin." Quality assurance mandated "Higher Level Contract Quality Requirements" and compliance with ISO 9001-2015, along with Item Unique Identification (IUID).
Contract Details
- Contract Type: Firm Fixed Price
- Estimated Quantity: 59 EA (minimum 11 EA, maximum 68 EA)
- Period of Performance: Required delivery dates ranged from July 18, 2025, to December 18, 2025.
- Place of Performance: DLA DISTRIBUTION DEPOT OKLAHOMA, TINKER AFB OK.
- Set-Aside: Unrestricted
- NAICS Code: 336412 (Aircraft Engine and Engine Parts Manufacturing) with a size standard of 1,500 employees.
Solicitation Process
The preceding solicitation, SPRTA125R0054, was issued by DLA AVIATION AT OKLAHOMA CITY, OK. The original deadline for offers was May 15, 2025, at 3:00 PM CST. An amendment (SPRTA125R0054(ext).pdf) extended this deadline to June 30, 2025, at 3:00 PM CST. The evaluation utilized a Best Value Process, Performance Price Tradeoff (PPT) source selection, considering Technical acceptability (a prerequisite), Cost/Price, and Past Performance (evaluated via Supplier Risk Score in SPRS).
Additional Information
Various FAR and DFARS clauses were incorporated by reference. Payment was to be made via Wide Area WorkFlow (WAWF), and specific packaging requirements, including compliance with MIL-STD-129 and MIL-STD-2073-1, were detailed.