SPE4A6-26-R-X062, 3110-00-106-1156, BEARING, ROLLER, CYLINDRICAL
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) Aviation has awarded an Indefinite Delivery Contract (IDC) for Cylindrical Roller Bearings (NSN 3110-00-106-1156). This award notice, published on March 6, 2026, details a procurement justified for other than full and open competition due to limited sources.
Scope of Work
This contract is for the supply of Cylindrical Roller Bearings, specifically NSN 3110-00-106-1156. The estimated annual demand (EAD) quantity for the base period is 238 each. Inspection and acceptance will occur at origin, with FOB Destination delivery required 406 days after receipt of order.
Contract & Timeline
- Type: Indefinite Delivery Contract (IDC) for Commercial Items (FAR 13.5)
- Duration: 5-year base period
- Estimated Value: Up to $900,000 (inclusive of any options)
- Set-Aside: Unrestricted, but justified as sole source/limited competition under 10 U.S.C. 3204(a)(1)
- Award Date: March 6, 2026
- Delivery: 406 days after receipt of order
Justification & Evaluation
The acquisition was justified for other than full and open competition because the item is acquired from a manufacturing source specified on a source control drawing (AMSC B). Although considered Commercial Off-The-Shelf (COTS), the Engineering Support Activity (ESA) maintains the AMSC 'B' code due to critical quality controls, preventing a change to 'Z' that would allow broader competition. Technical data is not available to permit full and open competition. Market research, including a sources sought notice posted on October 8, 2025, confirmed the inability to identify additional manufacturing sources. The anticipated cost was determined to be fair and reasonable based on procurement history and commercial procedures.
Additional Notes
Sources identified as capable of furnishing the required supplies include MRC, SKF, and TIMKEN. The contract was awarded under commercial procedures in accordance with FAR 13.5.