31--BEARING UNIT PLAIN
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 / NAVSUP Weapon Systems Support Mech is soliciting proposals for the manufacture and delivery of one Bearing Unit Plain (7HH 3130 015481560 SQ), specifically a Lower Bearing Assembly #12, for use on Navy submarines. This requirement is an EAF spares requirement. This opportunity is a Total Small Business Set-Aside. Proposals are due by May 8, 2026.
Scope of Work
This procurement covers the manufacture and quality assurance of a Lower Bearing Assembly #12. Key requirements include:
- Design and Manufacturing: Adherence to specific drawings (6853520, 7094233, 7094232, 7094231, 8627964) and associated specifications for material, mechanical, physical, welding, and testing. This includes specific requirements for Self-Locking Elements (MIL-DTL-18240) and welding/NDT on the Extension Weldment Assembly #12 per NAVSEA Technical Publications.
- Marking: Permanent marking and identification of first article and production units per MIL-STD-130, including contract and serial numbers.
- Mercury-Free: All materials must be free from metallic mercury and contamination, intended for submarine/surface ship use. Written approval is required for any functional mercury parts.
Contract & Timeline
- Contract Type: Request for Quotation (RFQ) leading to an award.
- Set-Aside: Total Small Business Set-Aside (100% for small businesses).
- Response Due: May 8, 2026, at 8:30 PM EDT.
- Published: April 3, 2026.
Evaluation Factors
Award will be made to the responsible offeror whose quotation provides the best value to the Government, considering both price and non-price factors.
- Price: One of the primary evaluation factors.
- Non-Price Factors:
- Delivery Lead Time: Proposed lead times and schedules will be evaluated, with shorter, more favorable times rated higher.
- Past Performance: Assessment of successful contract performance, quality and timeliness of delivery, cost management, communication, proactive management, and customer satisfaction on related contracts.
- Weighting: All non-price evaluation factors, when combined, are approximately equal to price.
Quality Assurance & Requirements
The contractor is responsible for all inspection requirements. A robust Quality Inspection System is mandatory, adhering to MIL-I-45208 or ISO 9001 and NCSL Z540.3 or ISO 10012. Key QA elements include:
- First Article Testing/Inspection: Required for the Lower Bearing Assembly #12, including NDT (visual, liquid penetrant). Government approval of procedures and reports is mandatory before production.
- Material Control: An effective system for certified quantitative mill or industrial laboratory reports (chemical/physical analysis) by heat, lot, or batch for raw materials.
- Procedures: Submission and Government approval of written welding procedures (per NAVSEA S9074-AR-GIB-010/278, S9074-AQ-GIB-010/248) and NDT procedures (per NAVSEA T9074-AS-GIB-010/271, MIL-STD-2035) are required prior to first article commencement.
- Objective Quality Evidence Records (OQEDs): Maintenance and submission of various certifications and reports (e.g., Mill, Weld Rod, Heat Treatment, Conformance, Compliance, Visual/Dimensional, NDT, Welder/Inspector Qualifications, Mercury Exclusion).
- Final Inspection: Conducted by the cognizant DCMA-QAR, with NSWCPD surveillance.
Contact Information
For inquiries, contact Jessica T. Grzywna at JESSICA.T.GRZYWNA.CIV@US.NAVY.MIL or 215-697-5095.