LOWER BEARING ASSY
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 quotations for the manufacture and delivery of Lower Bearing Assembly #1 as an EAF SPARES requirement. This opportunity is a 100% Total Small Business Set-Aside and requires adherence to detailed design, manufacturing, and quality assurance specifications for use on Navy submarines. Quotations are due by April 10, 2026.
Scope of Work
This procurement involves the manufacture of Lower Bearing Assembly #1 according to specific drawings (6853520, 7094231, 7094233, 7094232) and associated specifications. Key requirements include:
- Design & Manufacturing: Compliance with material, mechanical, physical, welding, and test requirements, including specific QPL products (e.g., Nylok elements) and welding/NDT per NAVSEA Technical Publications (S9074-AR-GIB-010/278, T9074-AS-GIB-010/271, S9074-AQ-GIB-010/248) and MIL-STD-2035.
- Marking: Permanent marking of first article and production units per MIL-STD-130, including contract and serial numbers.
- First Article Testing (FAT): Required for Lower Bearing Assembly #1, including supplier testing/inspection, Government approval of procedures and reports, and notification to NSWCPD (matthew.j.ogilvie.civ@us.navy.mil) two weeks prior to scheduled FAT.
- Production Lot Testing: 100% examination, inspection, and testing on each production unit, with Government approval required prior to shipment.
- Quality Assurance: Supplier's Quality Inspection System must be in accordance with MIL-I-45208 or ISO 9001 and ISO/IEC 17025 or ISO 10012. Extensive Objective Quality Evidence Records (OQEDs) are required, including mill certifications, weld rod certifications, heat treatment certifications, certificates of conformance/compliance, visual/dimensional inspection reports, NDT reports, and welder/inspector qualification certifications.
- Mercury Free: All supplied material must be free from metallic mercury contamination, with strict prohibitions on its use during manufacturing, assembly, or testing.
- Packaging: MIL-STD 2073 applies.
Contract & Timeline
- Type: Request for Quotation (RFQ) leading to an award (contract/purchase order).
- Set-Aside: Total Small Business.
- Response Due: April 10, 2026, 8:30 PM EDT.
- Published: March 13, 2026.
Evaluation
Award will be made to the responsible offeror providing the best value to the Government, considering both price and non-price factors. Evaluation factors are:
- Price
- Non-Price Factors (approximately equal to price when combined):
- Delivery Lead Time: Proposed lead times and schedules.
- Past Performance: Successful performance, quality, timeliness, cost management, communication, proactive management, and customer satisfaction on related contracts.
Additional Notes
All contractual documents are considered 'issued' when deposited in mail, transmitted by facsimile, or sent by electronic commerce methods. The Government's acceptance of the contractor's proposal constitutes bilateral agreement to issue documents as detailed. NSWCPD (DODACC N64498) is the acceptance activity for CDRL data items.