BEARING 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 (SFLC) is soliciting quotations for Bearing Sleeves (NSN: 3120-21-914-2012 and 3120-21-914-2011). This is a combined synopsis/solicitation for commercial items, with award intended on an all or none basis to the lowest price technically acceptable offeror. Quotations are due by April 6, 2026, at 10:00 AM Eastern Standard Time.
Scope of Work
The requirement is for 30 each of two specific Thordon Bearing Inc. bearing sleeves:
- Item 1: NSN 3120-21-914-2012, PN F546150281 (134.9 OD x 95.5 ID x 225 MM long COMPAC, Grade Orange).
- Item 2: NSN 3120-21-914-2011, PN F546150280 (Semi-finished to suit 128.27MM OD x 103.84MM ID x 290MM length, furnished size 13 MM OD x 95.5MM ID x 315MM length C/W grooves).
Key Requirements:
- Brand Name Mandatory: Offers of "equal" products will be considered if they meet salient physical, functional, or performance characteristics.
- Quality Assurance: A complete dimensional inspection of each bearing will be witnessed by a Coast Guard Quality Assurance Representative. All dimensions and materials must comply with descriptive specifications and OEM standards.
- Packaging: Each bearing must be individually packed in a wooden box capable of protecting against multiple shipments and out-of-roundness during long-term storage. Standard commercial packaging is unacceptable.
- Marking: Each package must be marked IAW MIL-STD-129R, with barcoding IAW ISO/IEC-16388-2007, Code 39 Symbology. Failure to meet packaging, packing, marking, and bar-coding requirements will result in rejection.
Contract & Timeline
- Opportunity Type: Combined Synopsis/Solicitation (FAR Subpart 12.6)
- NAICS: 339991 (All Other Miscellaneous Manufacturing), Size Standard: 600 employees
- Contract Type: Firm Fixed Price
- Award Basis: All or none
- Evaluation: Lowest Price Technically Acceptable (LPTA)
- Response Due: April 6, 2026, 10:00 AM EST
- Published: March 31, 2026
Submission Requirements
Offerors must submit:
- Quotations for both items.
- Disclosure regarding inverted domestic corporations (HSAR 48 CFR 3009.104-70 through 3009.104-73).
- A completed copy of FAR 52.212-3, Offeror Representations and Certifications—Commercial Items (with Alternate I).
- Companies must have a valid DUNS number and be registered in SAM.gov, providing their Tax Information Number (TIN).
Applicable Clauses
This solicitation incorporates various FAR, HSAR, and CGAP clauses, including but not limited to:
- FAR 52.212-1: Instructions to Offerors—Commercial Items.
- FAR 52.212-4: Contract Terms and Conditions—Commercial Items.
- FAR 52.212-5: Contract Terms & Conditions Required to Implement Statutes or Executive Orders—Commercial Items, which includes clauses related to Buy American Act, labor standards, and reporting requirements.
- HSAR 3052.209-70: Prohibition on contracts with corporate expatriates.
- CGAP 3042.302-90: Valuation Requirements for the Acquisition of Spare Parts. Offerors should review the full text of all referenced clauses at www.acquisition.gov and www.dhs.gov, and www.uscg.mil/acquisition/procurement/pdf/CIM_4200_19H.pdf for CGAP clauses.