BEARING, SLEEVE

SOL #: 70Z08526Q40031B00Solicitation

Overview

Buyer

Homeland Security
Us Coast Guard
SFLC PROCUREMENT BRANCH 2(00085)
ALAMEDA, CA, 94501, United States

Place of Performance

Curtis Bay, MD

NAICS

Other Engine Equipment Manufacturing (333618)

PSC

Bearings, Plain, Unmounted (3120)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)

Timeline

1
Posted
Feb 6, 2026
2
Submission Deadline
Feb 23, 2026, 6:00 PM

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 Homeland Security, US Coast Guard (USCG), specifically the SFLC PROCUREMENT BRANCH 2, is soliciting proposals for BEARING, SLEEVE and related components. This is a Total Small Business Set-Aside opportunity. The solicitation includes specific requirements for various bearings and repair kits, along with detailed packaging and marking instructions. Proposals are due by February 23, 2026, at 6:00 PM EST.

Scope of Work

This solicitation covers the procurement of three distinct line items:

  • LINE ITEM 1: BEARING, WASHER, THRUST (NSN: 3120-01-621-2300, PN: 01-573-06-16, QTY: 10 EA)
  • LINE ITEM 2: BEARING, SLEEVE (NSN: 3120-01-621-2293, PN: 01-573-06-17, QTY: 05 EA)
  • LINE ITEM 3: REPAIR KIT, CHAIN STOPPER (NSN: 2040-01-483-3947, PN: MDL573009KIT, QTY: 02 EA)

Key requirements include detailed packaging per MIL-STD-2073-1E and ASTM-D5118, marking per MIL-STD-129R with bar coding (ISO/IEC-16388-2007 Code 39), and a mandatory 7-day notification to the Contracting Officer prior to Quality Assurance inspection. Shipping is FOB Destination to the USCG Surface Forces Logistics Center in Baltimore, MD. Invoicing must be processed through https://www.ipp.gov.

Contract & Timeline

  • Type: Solicitation
  • Set-Aside: Total Small Business Set-Aside (FAR 19.5)
  • Response Due: February 23, 2026, 6:00 PM EST
  • Published: February 6, 2026, 4:32 PM EST
  • Place of Performance: Curtis Bay, MD 21226, United States

Evaluation & Compliance

Bidders must ensure compliance with all incorporated Federal Acquisition Regulation (FAR) clauses, which govern aspects such as offeror representations, contract terms for commercial items, and instructions to offerors. Specific clauses related to small business set-asides are included. Offerors are required to be registered in the System for Award Management (SAM) per FAR 52.204-7. Bidders should access the full text of all incorporated FAR clauses at https://www.acquisition.gov/browse/index/far.

Contact Information

People

Points of Contact

CHRISTOPHER HUERTAS-ROLONPRIMARY
Daniel J. NievesSECONDARY

Files

Files

Download
Download

Versions

Version 1Viewing
Solicitation
Posted: Feb 6, 2026
BEARING, SLEEVE | GovScope