Repair of Roller Bearing Assembly for AN/SPN-43C
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 / Naval Air Warfare Center Aircraft Division intends to procure the repair of Roller Bearing Assemblies for the AN/SPN-43C system on a firm fixed-price basis. This is a sole source procurement with Kingsbury, Inc., the Original Equipment Manufacturer (OEM). Vendors must be authorized distributors of Kingsbury, Inc. and provide documentation to be considered. Proposals are due by 12:00 PM EST on January 29, 2026.
Scope of Work
This opportunity involves the repair of three (3) roller bearing assemblies for the AN/SPN-43C. Specific tasks include refurbishing roller paths, polishing surfaces, and replacing rollers and spacers as needed for each Government Furnished Property (GFP) assembly. Deliverables include the repaired roller bearing assemblies.
Contract Details
- Contract Type: Firm Fixed-Price
- Period of Performance: February 27, 2026, to August 14, 2026 (24 weeks after receipt of order).
- Set-Aside: This is a sole source procurement with Kingsbury, Inc., a Large Business. It is not a small business set-aside.
- Place of Performance: Saint Inigoes, MD 20684.
Submission & Evaluation
Interested parties may identify their interest and capability or submit proposals by 12:00 PM Eastern Standard Time on January 29, 2026. The initial offer should represent the vendor's best quote in terms of price and technical acceptability. Evaluation will focus on price and technical acceptability. The Government will consider all proposals received, but a determination not to compete this proposed contract is solely at the Government's discretion.
Eligibility
Vendors must be Kingsbury, Inc. authorized distributors and provide documentation to be considered. Offerors must be registered in the SAM.gov database prior to submission.
Required Information with Response
Responses must include:
- FOB (Destination preferred)
- Shipping Cost (if applicable, to 20684-4013)
- IUID Labeling cost (if applicable)
- Tax ID#
- UEID#
- Cage Code
- Small Business status (Yes/No)
- Estimated Delivery Date
- Pricelist copy (if available)
- Total Amount
Contact Information
For general inquiries, contact Sheila Cooper at sheila.a.cooper4.civ@us.navy.mil. For technical questions, contact Tom Ackerson at 301-995-6184 or thomas.l.ackerson2.civ@us.navy.mil.