BEARING, ROLLER, TAPE
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 U.S. Coast Guard Surface Forces Logistics Center (SFLC), under the Department of Homeland Security, has issued a Solicitation for BEARING, ROLLER, TAPE (NSN 3110 01-495-3465, 3110 01-495-3344, 3110 01-495-3334). This is a Total Small Business Set-Aside opportunity, intending to award a Firm Fixed Price Purchase Order for the supply of specific tapered roller bearings. Quotes are due by February 20, 2026, at 6:00 PM UTC.
Scope of Work
The solicitation requires the supply of three distinct types of tapered roller bearings:
- NSN 3110 01-495-3465 (Part # 98400-90032): 9 Each
- NSN 3110 01-495-3344 (Part # 64450-90064): 18 Each
- NSN 3110 01-495-3334 (Part # 795-90126): 12 Each
No substitutions will be authorized without prior approval from USCG SFLC technical experts. Preservation, packaging, and marking must strictly comply with military and industry standards including MIL-DTL-197M, MIL-PRF-16173 Class II, Grade 2, PPP-B-1055, MIL-DTL-117 Type 3, Class B, Style 1, ASTM-5118, and MIL-STD-129R. Barcoding must be IAW ISO/IEC-16388-2007, Code 39 symbology. Contractors must notify the Contracting Officer at least seven calendar days prior if Quality Assurance inspection is required.
Contract & Timeline
- Contract Type: Firm Fixed Price Purchase Order.
- Set-Aside: Total Small Business Set-Aside (FAR 19.5).
- Response Date: February 20, 2026, 6:00 PM UTC.
- Published Date: February 6, 2026.
- Payment Terms: NET 30, in accordance with FAR 52.232-25 Prompt Payment.
Submission & Evaluation
All responsible sources may submit a quotation. Vendors must possess an active registration in SAM.gov prior to award, as mandated by FAR 52.204-7. Total cost must be inclusive of delivery and any freight charges to the specified delivery zip code 21226. Shipping terms are FOB DESTINATION REQUIRED. Delivery will be to USCG CENTER, 2401 HAWKINS POINT ROAD, RECEIVING ROOM- BUILDING 88, BALTIMORE, MD 21226, Monday through Friday, 8 am to 3 pm. Invoicing must be processed through https://www.ipp.gov as a Non-PO invoice, with a copy sent to Jermaine.T.Perkins@uscg.mil. Compliance with all incorporated Federal Acquisition Regulation (FAR) clauses, detailed in the solicitation, is mandatory.
Points of Contact
- Primary Contact (General & Invoicing): Jermaine Perkins, Jermaine.T.Perkins@uscg.mil, 410-762-6502
- RFQ Specific Questions: Brady Myers, Brady.A.Myers@uscg.mil, 571-613-3388
- Secondary Contact: Daniel J. Nieves, daniel.j.nieves@uscg.mil, 410-762-6696