BEARING, HALF SLEEVE
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 United States Coast Guard Surface Forces Logistics Center (USCG SFLC) is requesting quotations for four (4) BEARING, HALF SLEEVE (NSN 3120 01-027-0025, Part Nbr: 628WPC-4302-1 PIECE-21). This is a combined synopsis/solicitation for a commercial item, prepared under FAR Subpart 12.6, utilizing simplified acquisition procedures. Quotations are due by February 26, 2026, at 9:00 AM Eastern Standard Time.
Scope of Work
The requirement is for four (4) 210 B Class Intermediate Strut or Stern Tube Bearings. Key specifications include: flanged shaft bearing, longitudinally split on taper, synthetic rubber facing with a cast non-ferrous metal shell manufactured to MIL-DTL-17901C, Class II. Deviations from MIL-DTL-17901 and QPL-17901 are noted, specifically an increased shell outside diameter by 0.250" and the elimination of drilling for bolt/jacking holes. Qualification requirements per Section 3.1, 4.2, and 6.3 of MIL-DTL-17901C (SH) are waived, as are friction and wear tests (Sections 4.6.6.2 and 4.6.6.3). Conformance inspection (Section 4.3) is required on all bearings. Packaging must adhere strictly to ASTM D3951-98, requiring 3/4" plywood construction, Phillip head wood screws, internal/external bracing, and wooden blocking to prevent movement. Bearing halves must be banded together with two steel straps. Standard commercial packaging is unacceptable; failure to meet these specific packaging requirements will result in quote rejection.
Contract Details
- Type: Firm Fixed Price Contract, awarded on an all-or-none basis.
- Set-Aside: Total Small Business Set-Aside (FAR 19.5).
- NAICS: 332911 (Bearings, Plain, Unmounted) with a 500-employee size standard.
- Evaluation: Award will be made to the responsible offeror whose offer is the Lowest Price Technically Acceptable (LPTA).
Submission Requirements
Offerors must submit a full data package, including drawings, literature, and any verifiable qualifications in accordance with the military specification, at the time of bid. Required disclosures include the inverted domestic corporation statement. Offerors must also include a completed copy of FAR 52.212-3, Offeror Representations and Certifications-Commercial Items, with their quote. Companies must have valid DUNS numbers, be registered in SAM.gov, and provide their Tax Information Number (TIN). Seven (7) calendar days' notice is required prior to Coast Guard Quality Assurance Conformance Inspection(s).
Key Dates
- Quotations Due: February 26, 2026, at 9:00 AM Eastern Standard Time.
- Submission Method: Via email to Eric.I.Goldstein@uscg.mil.
Important Notes
The solicitation incorporates various FAR clauses, including 52.212-1 (Instructions to Offerors), 52.212-4 (Contract Terms and Conditions), and 52.212-5 (Contract Terms & Conditions Required to Implement Statutes or Executive Orders). Specific clauses checked under 52.212-5 include 52.204-10 (Reporting Executive Compensation), 52.209-6 (Protecting Government's Interest), 52.219-4 (HUBZone Price Preference), 52.219-13 (Notice of Set-Aside of Orders), 52.222-21 (Prohibition of Segregated Facilities), 52.222-26 (Equal Opportunity), 52.222-36 (Equal Opportunity for Workers with Disabilities), 52.222-50 (Combating Trafficking in Persons), 52.225-3 (Buy American-Free Trade Agreements), 52.225-13 (Restrictions on Foreign Purchases), 52.226-8 (Text Messaging While Driving), and 52.232-33 (Payment by EFT-SAM).