USS PEARL HARBOR (LSD-52) Clutch Material
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, specifically the Southwest Regional Maintenance Center (SWRMC), intends to award a sole source contract to TIMKEN Gears & Services, Inc. dba: Philadelphia Gear for Clutch Material in support of the USS Pearl Harbor (LSD-52). This is a Special Notice to gauge market capability, not a solicitation. Responses are due by February 23, 2026, at 11:00 AM (PST).
Scope of Work
This requirement is for the provision of specific Clutch Material necessary for the maintenance and operation of the USS Pearl Harbor (LSD-52). The procurement will be processed in accordance with FAR parts 12 and 13. The relevant NAICS Code is 333613 - Mechanical Power Transmission Equipment Manufacturing.
Contract & Timeline
- Type: Special Notice (Intent to Sole Source)
- Set-Aside: None specified (sole source intent)
- Response Due: February 23, 2026, 11:00 AM (PST)
- Published: February 18, 2026
- Place of Performance: California (ZIP 92136)
Evaluation
This notice is for informational purposes only and is not a request for offers. All information received will be reviewed by the Government solely to determine if conducting a competitive procurement is in the best interest of the Government. Responses should provide clear documentation of a vendor's bona fide capability to provide the specified product or an equivalent.
Additional Notes
Interested parties must submit their company name, address, telephone number, e-mail address, CAGE code, and business size, along with documentation of capability. Submissions must be sent via e-mail to Valerie.p.manguiob.civ@us.navy.mil and dayen.lagunas.civ@us.navy.mil. Certifications in the System for Award Management (SAM) must be current and active for eligibility.