ROLLER BEARING
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 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.