BEARING, YOKE
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 / NAVSUP WEAPON SYSTEMS SUPPORT MECH has issued a Solicitation (RFQ) for the procurement of BEARING, YOKE (NSN: 1HM 3120-01-651-0757 D4). This opportunity is designated as a Total Small Business Set-Aside and involves a critical shipboard component. Quotations are due by close of business on April 15, 2026.
Scope of Work
This requirement is for the manufacturing of one (1) EA of "BEARING, YOKE" (NIIN: 016510757) under CLIN 0001. The bearing must be produced in accordance with NAVSEA drawing 7384566, item 149, including specific modifications. It must also meet toxicity and flammability requirements outlined in NAVSEA SS800-AG-MAN-010/P-9290, with packaging conforming to MIL-STD-2073. Traceability, certification, and hazardous material identification (if applicable) are critical. This material is classified as "SPECIAL EMPHASIS" due to its importance in preventing serious personnel injury, loss of life, or loss of the ship.
Contract & Timeline
- Type: Solicitation (Request for Quotations - RFQ)
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- Product Service Code: 3120 (Bearings, Plain, Unmounted)
- Delivery: Required within 150 days of contract award.
- Certification: Contract will be DO certified under the Defense Priorities and Allocations System (DPAS).
- Quotations Due: April 15, 2026 (by close of business).
- Published Date: February 23, 2026.
Submission & Evaluation
Quality Assurance requirements include a documented quality system (e.g., ISO-9001, MIL-I-45208) and Government Quality Assurance at source. Inspection at Origin and Acceptance at Origin are specified. Drawings associated with this solicitation are restricted and available on SAM.gov; interested vendors must email the primary point of contact to request access. Submission of all certification data CDRLs is required 20 days prior to delivery.
Contact Information
Primary Contact: ASHTON.K.PERRY.CIV@US.NAVY.MIL, Phone: 717-605-7574.