BEARING SET,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 Department of the Navy, specifically NAVSUP WEAPON SYSTEMS SUPPORT MECH, is soliciting proposals for the procurement of BEARING SET,SLEEVE. This opportunity is designated as a Total Small Business Set-Aside. The solicitation includes updated provisions and clauses, and aims to expand the mailing list to include new vendors. Potential bidders must review the Individual Repair Part Ordering Data (IRPOD) and comply with stringent technical, quality, and packaging requirements. Proposals are due by May 13, 2026.
Scope of Work
This solicitation is for the supply of BEARING SET,SLEEVE, requiring adherence to various federal acquisition regulations and clauses, including those related to Item Unique Identification, Inspection of Supplies, Cybersecurity Maturity Model Certification (CMMC), Federal Acquisition Supply Chain Security Act, and Buy American provisions. A mandatory review of the Material IRPOD is required, with technical documents (IRPOD, drawings, specifications) accessible via the HTTPS://LOGISTICS.UNNPP.GOV/ECOMMERCE website, which necessitates pre-registration and a password. These technical documents are NOT RELEASABLE TO FOREIGN NATIONALS (NOFORN) and are subject to special export controls.
Key requirements include:
- Compliance with specified document revisions; any deviations require written approval.
- Strict order of precedence for resolving document conflicts (Amendments, Schedule, Terms, IRPOD, STRs, Drawings, Specifications).
- Detailed procedures for vendor waiver/deviation requests, requiring comprehensive justification and impact evaluation.
- Prohibition of mercury or mercury-containing compounds in hardware or supplies.
- Quality assurance per the IRPOD, requiring an acceptable inspection system.
- Packaging in accordance with MIL-PRF-23199, MIL-DTL-24466 for cleanliness controls (e.g., MIL-STD-767, MIL-STD-2041), and MIL-STD 2073. Fire retardant packaging is no longer required.
Deliverables
Contractors must submit:
- Vendor Certified Reports of Test and Inspection (ROTI) per DI-QCIC-8872 (latest revision) as specified in the IRPOD, due at End of Contract (EOC). Authorization to ship material must be obtained from the PCO.
- Pre-manufacturing procedure packages (IAW DI-QCIC-8871) including procedures and drawings listed in the IRPOD, due 45 days after contract award. Separate packages are required for each unique combination of Contract Number, National Stock Number, and Item Nomenclature.
Contract & Timeline
- Opportunity Type: Solicitation
- Set-Aside: Total Small Business
- Response Due: May 13, 2026, 8:30 PM UTC
- Published: April 15, 2026
- Pricing Validity: Quotations are valid for 60 days after the closing date, unless otherwise specified by the vendor.
Contact Information
For inquiries, contact BREANNE.R.CLIPPINGER.CIV@US.NAVY.MIL or call 7712290090.