LINER,BEARING
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, has issued a solicitation for the procurement of LINER,BEARING components. This is a rated order certified for national defense use under the Defense Priorities and Allocations System (DPAS), requiring adherence to MIL-I-45208 quality standards. The resultant award will be issued bilaterally, requiring contractor acceptance. Responses are due by April 2, 2026.
Scope of Work
This contract requires the manufacture of LINER,BEARING components according to specified design and quality standards. Key requirements include:
- Identification: Physical identification in accordance with MIL-STD-130.
- Design Changes: Strict procedures for changes in design, material, servicing, or part number, requiring notification and approval from the SPCC Contracting Officer. Specific codes (1-6) define types of changes.
- Mercury-Free: Materials must be free from metallic mercury and contamination, especially for use on submarines/surface ships. Strict protocols are in place for any required mercury inclusion, necessitating written approval.
- Quality Assurance: Compliance with MIL-I-45208 inspection system or an acceptable alternative like ISO 9001/9002. Government source inspection is required.
- Packaging: MIL-STD 2073 packaging requirements apply.
Contract & Timeline
- Type: Solicitation (Firm Fixed-Price anticipated)
- Set-Aside: None specified
- Product/Service Code: 2825 (Steam Turbines And Components)
- Response Due: April 2, 2026, 8:30 PM UTC
- Published: March 3, 2026, 9:11 AM UTC
- Options: Includes an option for increased quantity, exercisable within 179 days.
Evaluation & Award
Award will be based on a bilateral agreement, requiring the contractor's written acceptance. Offerors must verify nomenclature, part number, and NSN prior to responding. The solicitation anticipates a Firm Fixed-Price for unit and total prices. Higher-level inspection code MIL-I-45208 is required, and Government source inspection is mandatory.
Additional Notes
Accelerated delivery is encouraged and accepted before the delivery date(s). All freight is FOB Origin. Payment instructions are via Wide Area Workflow (WAWF). Technical questions regarding mercury-free requirements should be referred to the Procurement Contracting Officer.