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), identified as PD-45-0080, to gather information on potential sources for Subsea Rollers and Bearings. This market research aims to identify capabilities for the design, fabrication, and testing of rollers and associated bearings for subsea payload handling equipment. Responses are due by May 13, 2026.
Scope of Work
NSWCPD is seeking solutions for rollers and bearings that can operate in both dry and subsea environments, with a priority on subsea operations and minimal acoustic signatures. Key technical requirements include:
- Geometric Constraints: Adherence to specified dimensions (Figure 1 in the RFI).
- Load Capacity: Minimum dynamic loads of 25,000 lbf for roller assembly "A" and 58,000 lbf for roller assembly "B".
- Friction: Maximum coefficient of friction not exceeding 0.150 in both dry and subsea conditions.
- Speed: Support payload movement at speeds of at least 30 feet/min.
- Compliance: Must meet MIL-DTL-167A (Mechanical Vibrations).
- Environmental Tolerance: Operate 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; support system operation for at least 45 years with 100 cycles/year, and sustain performance for 18 months without maintenance.
- Design: Minimize components and preclude implodable/explodable volumes.
Submission Requirements
Respondents should provide capability statements including:
- Company details (name, address, contact, NAICS codes, business size, socioeconomics, DUNS).
- Information on current products or feasibility of bespoke solutions.
- Maximum achievable performance if requirements are infeasible.
- Design margins, mounting methods, expected maintenance cycles, and identification of implodable/explodable volumes.
- List of non-metallic materials, schedule estimates (design, prototype, testing), and Rough-Order-Magnitude (ROM) cost estimates (nonrecurring engineering, prototype, final production).
- Equipment origin and testing location.
Contract & Timeline
- Type: Sources Sought / Request for Information (RFI)
- Set-Aside: None specified
- Response Due: May 13, 2026, by 06:00 PM EST
- Published: March 13, 2026
Additional Notes
This RFI is for market research 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. Responses must be unclassified, electronic, and submitted via email to jenny.e.tomeo.civ@us.navy.mil. The subject line must include N64498-26-RFPREQ-PD-45-0080.