ROLLER BEARING

SOL #: SPMYM226Q7051Solicitation

Overview

Buyer

DEPT OF DEFENSE
Defense Logistics Agency
DLA MARITIME - PUGET SOUND
BREMERTON, WA, 98314-5000, United States

Place of Performance

Bremerton, WA

NAICS

Ball and Roller Bearing Manufacturing (332991)

PSC

Bearings, Plain, Unmounted (3120)

Set Aside

Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14) (SDVOSBC)

Timeline

1
Posted
Apr 23, 2026
2
Submission Deadline
Apr 24, 2026, 10:00 PM

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 Defense Logistics Agency (DLA) Maritime - Puget Sound is soliciting proposals for Roller Bearings (P/N: JM736149-90N02 MFG: TIMKEN). This opportunity is a Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside for delivery to Bremerton, WA. Proposals are due by April 24, 2026, at 3:00 PM.

Scope of Work

This solicitation is for "DOUBLE ROW TAPERED ROLLER BEARING P/N: JM736149-90N02 MFG: TIMKEN" or an approved equal. Key specifications include a Bore Diameter of 180 mm, Outside Diameter of 250 mm, and Total Width of 102.93 mm. The "-90N02" suffix indicates a specific matched assembly configuration. Vendors quoting "equals" must submit detailed specifications for evaluation; bids without these will be considered non-responsive.

Contract Details

  • Type: Firm Fixed Price
  • Period of Performance: Anticipated November 2025
  • Place of Performance: Bremerton, WA 98314
  • Payment: Via Wide Area Work Flow (WAWF)
  • Inspection & Acceptance: At destination by the receiving activity at PUGET SOUND NAVAL SHIPYARD IMF.

Submission Requirements

Proposals must be submitted electronically via the SAM website or emailed to jack.edwards@dla.mil. To be considered responsive, the solicitation packet must be completed in its entirety and include:

  • Box 17A filled out, Box 28 read, and page 1 boxes 30 a, b, and c signed.
  • CAGE code.
  • Quote FOB Destination Bremerton, WA.
  • Annotated lead time.
  • Manufacturer name and country of manufacturing.
  • Supply chain traceability documentation, retained for five years after final payment.
  • Hazardous Material Identification and Safety Data for any hazardous materials.
  • Check applicable boxes in clause 52.204-24 (2)(d) (1) and (2).

Eligibility & Evaluation

This is a Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside. The NAICS code is 332991 with a size standard of 1250 employees.

  • Contractors (awardees) required to implement NIST SP 800-171 must have a current assessment (not more than 3 years old) as detailed in DFARS 252.204-7019.
  • Commercial Off The Shelf (COTS) items are exempt from the NIST SP 800-171 requirement, but must be identified to the contracting officer during the bid period.

Additional Notes

  • Contractors require a Defense Biometric Identification System (DBIDS) credential for base access.
  • All deliveries must pass through the base Truck Inspection Station.
  • Packaging and packing shall be in accordance with ASTM-D-3951.
  • Mandatory pallet usage for items not shipped via SMALL PARCEL SERVICE.
  • Unique Item Identification (IUID) is required for items with a unit acquisition cost of $5,000 or more, or as identified in the schedule.

People

Points of Contact

JACK EDWARDSPRIMARY

Files

Files

Download

Versions

Version 1Viewing
Solicitation
Posted: Apr 23, 2026
ROLLER BEARING | GovScope