PD-45-0080; Subsea Rollers and Bearings
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 Naval Surface Warfare Center, Philadelphia Division (NSWCPD) is issuing a Request for Information (RFI) for Subsea Rollers and Bearings. This market research aims to identify potential sources capable of designing, fabricating, and testing rollers and associated bearings for subsea payload handling equipment. Responses are due by April 13, 2026, 06:00 PM EST.
Scope of Work
NSWCPD seeks solutions for rollers and bearings that can operate effectively in both dry and subsea environments, with a priority on subsea performance and minimal acoustic signatures. Key requirements include:
- Load Capacity: Support dynamic loads of at least 25,000 lbf (assembly A) and 58,000 lbf (assembly B).
- Friction: Maximum coefficient of friction not exceeding 0.150.
- Speed: Capable of supporting payload movement at speeds of at least 30 feet/min.
- Environmental Tolerance: Operable in air temperatures from -20 to 140°F and seawater from 28 to 95°F, at depths no less than 400 feet.
- Durability: Impervious to corrosion, biofouling, and debris; designed for a 45-year service life (100 cycles/year) and 18 months without maintenance.
- Design: Must minimize complexity, reduce components, and preclude implodable/explodable volumes. Compliance with MIL-DTL-167A (Mechanical Vibrations) is also required.
Submission Requirements
Respondents should provide capability statements detailing:
- Company information (name, address, contacts, NAICS, business size, socioeconomics, DUNS).
- Specifics on current or feasible bespoke products meeting the RFI requirements.
- Maximum achievable performance if requirements are infeasible.
- Design margins, mounting methods, and expected maintenance cycles.
- Identification of any implodable/explodable volumes and a list of non-metallic materials.
- Schedule estimates for design, prototype, and testing.
- Rough-Order-Magnitude (ROM) cost estimates for nonrecurring engineering, prototype, and production.
- Equipment origin and testing location.
Contract & Timeline
- Type: Sources Sought / Request for Information (RFI)
- Set-Aside: None specified (market research)
- Response Due: April 13, 2026, 06:00 PM EST
- Published: March 13, 2026
Additional Notes
This RFI is for market research and planning purposes only and does not constitute a Request for Proposal or a commitment by the Government. The Government will not pay for any information received and will not compensate respondents for costs incurred. Responses should be unclassified, electronic, and emailed to jenny.e.tomeo.civ@us.navy.mil with "N64498-26-RFPREQ-PD-45-0080" in the subject line.