Skip to content
Department of Defense

BEARING, SPR LINK

Solicitation: N0010426QFB95
Notice ID: 104d972ac07440b5961ec470cd081a1d
TypeSolicitationNAICS 332991PSC3120DepartmentDepartment of DefenseAgencyDept Of The NavyStatePAPostedFeb 24, 2026, 12:00 AM UTCDueFeb 09, 2026, 09:30 PM UTCExpired

Solicitation from DEPT OF THE NAVY • DEPT OF DEFENSE. Place of performance: PA. Response deadline: Feb 09, 2026. Industry: NAICS 332991 • PSC 3120.

DoD CMMC Readiness
Modern compliance support by Federal Bid Partners

CMMC support options for this DoD solicitation

As DoD CMMC rollout expands, approximately 80%+ of DoD solicitations are expected to include cybersecurity/CMMC requirements, including many non-tech scopes.

Done-for-you service
CMMC start-to-finish with FBP
$2,000
Registered Practitioner logo
Guided by a Registered Practitioner with practical DoD workflow support.
  • Gap review, remediation roadmap, and implementation support
  • Policy package, evidence mapping, and submission prep
  • Designed for primes and subs across non-tech and tech work
Start CMMC with Federal Bid Partners →
AI-powered application
CMMC Pulsar™ start-to-finish
$399
CMMC Pulsar logo
First-of-its-kind CMMC Pulsar™ app to run your CMMC workflow with AI assistance.
  • Structured checklist, AI guidance, and progress tracking
  • Build evidence and controls with clearer next-step workflows
  • Ideal for teams that want speed plus affordability
Open CMMC Pulsar™ →
Solicitation context: N0010426QFB95. Requirements vary by acquisition and contract type; COTS-only exceptions may apply.

Market snapshot

Awarded-market signal for NAICS 332991 (last 12 months), benchmarked to sector 33.

12-month awarded value
$22,636,957
Sector total $20,454,451,763 • Share 0.1%
Live
Median
$85,989
P10–P90
$32,340$357,301
Volatility
Volatile200%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
0.1%
share
Momentum (last 3 vs prior 3 buckets)
+100%($22,636,957)
Deal sizing
$85,989 median
Use as a pricing centerline.
Live signal is computed from awarded notices already observed in the system.
Signals shown are descriptive of observed awards; not a forecast.

Related hubs & trends

Navigate the lattice: hubs for browsing, trends for pricing signals.

We write these bids →
Open on SAM.gov →
Map for PA
Live POP
Place of performance
Not listed
State: PA
Contracting office
Mechanicsburg, PA • 17050-0788 USA

Point of Contact

Name
Telephone:
Email
NOELLE.M.SMITH10.CIV@US.NAVY.MIL
Phone
7176053992

Agency & Office

Department
DEPT OF DEFENSE
Agency
DEPT OF THE NAVY
Subagency
NAVSUP
Office
NAVSUP WEAPON SYSTEMS SUPPORT • NAVSUP WSS MECHANICSBURG • NAVSUP WEAPON SYSTEMS SUPPORT MECH
Contracting Office Address
Mechanicsburg, PA
17050-0788 USA

More in NAICS 332991

Description

CONTACT INFORMATION|4|N743.43|WWU|771-229-0569|NOELLE.M.SMITH10.CIV@US.NAVY.MIL| ITEM UNIQUE IDENTIFICATION AND VALUATION (JAN 2023)|19|||||||||||||||||||| HIGHER-LEVEL CONTRACT QUALITY REQUIREMENT (DEC 2014)|1|SEE SPECIFICATIONS SECTION C & E| INSPECTION OF SUPPLIES--FIXED-PRICE (AUG 1996)|2||| INSPECTION AND ACCEPTANCE - SHORT VERSION|8|X||X|||||| GENERAL INFORMATION-FOB-DESTINATION|1|A| WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (JAN 2023)|16|INVOICE AND RECEIVING REPORT (COMBO)||TBD|N00104|TBD|TBD|N50286|TBD|||N/A|||||| NAVY USE OF ABILITYONE SUPPORT CONTRACTOR - RELEASE OF OFFEROR INFORMATION (3-18))|1|| WARRANTY OF SUPPLIES OF A NONCOMPLEX NATURE (JUNE 2003)|6|ONE YEAR|365 DAYS AFTER THE LAST DELIVERY UNDER THIS CONTRACT||||| WARRANTY OF DATA--BASIC (MAR 2014)|2||| BUY AMERICAN-FREE TRADE AGREEMENTS-BALANCE OF PAYMENTS PROGRAM-BASIC (FEB 2024)|11|||||||||||| CONTRACTOR PURCHASING SYSTEM ADMINISTRATION-BASIC (DEVIATION 2026-O0015)|1|| SECURITY PROHIBITIONS AND EXCLUSIONS (CLASS DEVIATION 2026-O0025)(FEB 2026)|7|||||||| ALTERNATE A, ANNUAL REPRESENTATIONS AND CERTIFICATIONS (OCT 2025)|13|||||||||||||| BUY AMERICAN-FREE TRADE AGREEMENTS-BALANCE OF PAYMENTS PROGRAM CERTIFICATE-BASIC (FEB 2024))|5|||||| BUY AMERICAN-BALANCE OF PAYMENTS PROGRAM CERTIFICATE-BASIC (FEB 2024)|1|| ANNUAL REPRESENTATIONS AND CERTIFICATIONS (MAR 2025)(DEVIATION 2025-O0003 AND2025-O0004))|13|332991|1250|||||||||||| NOTICE OF PRIORITY RATING FOR NATIONAL DEFENSE, EMERGENCY PERPARDENESS, AND ENRGY PROGAM USE (APRIL 2008))|2||X| 1.DD1423 Data Item A001 (Inspection and Test Plan) may be waived if already on file at NAVSUP WSS Mechanicsburg. 2.The following proposed delivery schedule applies: Submission of all certification data CDRLS 20 days prior to delivery. PNSY review/acceptance of certification CDRLS 6 working days after receipt Final delivery of material (210 days) \ 1. SCOPE 1.1 The material covered in this contract/purchase order will be used in a crucial shipboard system. The use of incorrect or defective material would create a high probability of failure resulting in serious personnel injury, loss of life, loss of vital shipboard systems, or loss of the ship itself. Therefore, the material has been designated as SPECIAL EMPHASIS material (Level I, Scope of Certification, or Quality Assured) and special control procedures are invoked to ensure receipt of correct material. 1.1.1 DSSP Scope of Certification Material - Material Control Division ;(B); applies to this material. 1.1.2 This ;BEARING, SPR LINK; contains non-metallic materials which must satisfy the toxicity and flammability requirements of NAVSEA SS800-AG-MAN-010/P-9290. Use of any material other than that specified requires special engineering approval and may require testing. 2. APPLICABLE DOCUMENTS 2.1 Order of Precedence - In the event of a conflict between the text of this contract/purchase order and the references and/or drawings cited herein, the text of this contract/purchase order must take precedence. Nothing in this contract/purchase order, however, must supersede applicable laws and regulations unless a specific exemption has been obtained. 2.2 Applicable Documents - The document(s) listed below form a part of this contract/purchase order including modifications or exclusions. 2.2.1 Specification Revisions - The specification revisions listed under "Documents References" below are the preferred revision. Older and/or newer r evisions are acceptable when listed within Contract Support Library Reference Number CSD155 in ECDS (Electric Contractor Data Submission) at: ht tps://register.nslc.navy.mil/. This is to allow Contractors to use certain acceptable older specification revisions to purge their existing stock of material certified to those older revisions or to use newer specification revisions when material is certified to newly released revisions,without requiring the submittal of waiver/deviation requests for each specification revision on every contract. Revisions of specifications reflecting editorial and/or re-approval (e.g. E2009, R2014, etc.) are considered inconsequential, but are acceptable when their revisions are listedwithin CSD155 or elsewhere within this contract. 2.2.2 The documents and drawings listed below under DRAWING NO. are not provided with this Contract/Purchase order. DRAWING NO CAGE REV DISTR CD ;KJB911500F 50632 E B; 2.2.3 "Document References" listed below must be obtained by the Contractor. Ordering information is included as an attachment to this contract/purchase order. DRAWING DATA=H547-0253A83 |53711| E|ER |D|0001 | |49998|9999999 DRAWING DATA=7106789 |53711| A| |D|0000.A | A|49998|0057907 DRAWING DATA=7106789 |53711| A| |D|0001 | A|49998|0083703 DRAWING DATA=7106789 |53711| A| |D|0002.1 | A|49998|0064337 DRAWING DATA=7106789 |53711| A| |D|0002.2 | A|49998|0030344 DRAWING DATA=7106789 |53711| A| |D|0003 | A|49998|0012181 DRAWING DATA=7106789 |53711| A| |D|0004 | A|49998|0011278 DRAWING DATA=7106789 |53711| A| |D|0005 | A|49998|0031159 DRAWING DATA=7106789 |53711| A| |D|0006.1 | A|49998|0059796 DRAWING DATA=7106789 |53711| A| |D|0006.2 | A|49998|0049909 DRAWING DATA=7106789 |53711| A| |D|0006.3 | A|49998|0052242 DRAWING DATA=7106789 |53711| A| |D|0006.4 | A|49998|0055606 DRAWING DATA=7106789 |53711| A| |D|0006.5 | A|49998|0013303 DRAWING DATA=7106789 |53711| A| |D|0007.1 | A|49998|0026558 DRAWING DATA=7106789 |53711| A| |D|0007.10 | A|49998|0049769 DRAWING DATA=7106789 |53711| A| |D|0007.11 | A|49998|0050585 DRAWING DATA=7106789 |53711| A| |D|0007.12 | A|49998|0046644 DRAWING DATA=7106789 |53711| A| |D|0007.13 | A|49998|0042772 DRAWING DATA=7106789 |53711| A| |D|0007.14 | A|49998|0044979 DRAWING DATA=7106789 |53711| A| |D|0007.15 | A|49998|0046363 DRAWING DATA=7106789 |53711| A| |D|0007.16 | A|49998|0045965 DRAWING DATA=7106789 |53711| A| |D|0007.17 | A|49998|0043511 DRAWING DATA=7106789 |53711| A| |D|0007.18 | A|49998|0044719 DRAWING DATA=7106789 |53711| A| |D|0007.19 | A|49998|0045152 DRAWING DATA=7106789 |53711| A| |D|0007.2 | A|49998|0038885 DRAWING DATA=7106789 |53711| A| |D|0007.20 | A|49998|0047425 DRAWING DATA=7106789 |53711| A| |D|0007.21 | A|49998|0046361 DRAWING DATA=7106789 |53711| A| |D|0007.22 | A|49998|0050435 DRAWING DATA=7106789 |53711| A| |D|0007.23 | A|49998|0048963 DRAWING DATA=7106789 |53711| A| |D|0007.24 | A|49998|0047471 DRAWING DATA=7106789 |53711| A| |D|0007.3 | A|49998|0046064 DRAWING DATA=7106789 |53711| A| |D|0007.4 | A|49998|0047416 DRAWING DATA=7106789 |53711| A| |D|0007.5 | A|49998|0044040 DRAWING DATA=7106789 |53711| A| |D|0007.6 | A|49998|0042925 DRAWING DATA=7106789 |53711| A| |D|0007.7 | A|49998|0043838 DRAWING DATA=7106789 |53711| A| |D|0007.8 | A|49998|0046233 DRAWING DATA=7106789 |53711| A| |D|0007.9 | A|49998|0050473 DRAWING DATA=7106789 |53711| A| |D|0008.1 | A|49998|0029713 DRAWING DATA=7106789 |53711| A| |D|0008.2 | A|49998|0046266 DRAWING DATA=7106789 |53711| A| |D|0008.3 | A|49998|0053664 DRAWING DATA=7106789 |53711| A| |D|0008.4 | A|49998|0049597 DRAWING DATA=7106789 |53711| A| |D|0008.5 | A|49998|0051963 DRAWING DATA=7106789 |53711| A| |D|0008.6 | A|49998|0017503 DRAWING DATA=7106789 |53711| A| |D|0008.7 | A|49998|0013822 DRAWING DATA=7106789 |53711| A| |D|0009 | A|49998|0090198 DRAWING DATA=7106789 |53711| A| |D|0010 | A|49998|0096753 DRAWING DATA=7106789 |53711| A| |D|0011 | A|49998|0092233 DRAWING DATA=7106789 |53711| A| |D|0012 | A|49998|0141629 DRAWING DATA=7106789 |53711| A| |D|0013 | A|49998|0112451 DRAWING DATA=7106789 |53711| A| |D|0014 | A|49998|0192285 DRAWING DATA=7106789 |53711| A| |D|0015 | A|49998|0127548 DRAWING DATA=7106789 |53711| A| |D|0016 | A|49998|0157105 DRAWING DATA=7106789 |53711| A| |D|0017 | A|49998|0115447 DRAWING DATA=7106789 |53711| A| |D|0018 | A|49998|0169383 DRAWING DATA=7106789 |53711| A| |D|0019 | A|49998|0094620 DRAWING DATA=7106789 |53711| A| |D|0020 | A|49998|0164998 DRAWING DATA=7106789 |53711| A| |D|0021 | A|49998|0089186 DRAWING DATA=7106789 |53711| A| |D|0022 | A|49998|0152259 DRAWING DATA=7106789 |53711| A| |D|0023 | A|49998|0069845 DRAWING DATA=7106789 |53711| A| |D|0024 | A|49998|0185919 DRAWING DATA=7106789 |53711| A| |D|0025 | A|49998|0116958 DRAWING DATA=7106789 |53711| A| |D|0026 | A|49998|0098830 DRAWING DATA=7106789 |53711| A| |D|0027 | A|49998|0123228 DRAWING DATA=7106789 |53711| A| |D|0028 | A|49998|0105454 DRAWING DATA=7106789 |53711| A| |D|0029 | A|49998|0143922 DRAWING DATA=7106789 |53711| A| |D|0030 | A|49998|0090737 DRAWING DATA=7106789 |53711| A| |D|0031 | A|49998|0169085 DRAWING DATA=7106789 |53711| A| |D|0032 | A|49998|0085407 DOCUMENT REF DATA=ANSI/ASQ Z1.4 | | | |080101|A| | | DOCUMENT REF DATA=MIL-STD-792 | | |F |060519|A| | | DOCUMENT REF DATA=ISO_9001 | | | |081115|A| | | DOCUMENT REF DATA=ISO10012 | | | |030415|A| | | DOCUMENT REF DATA=ISO/IEC 17025 | | | |050515|A| | | DOCUMENT REF DATA=MIL-I-45208 | | |A |810724|A| 1| | DOCUMENT REF DATA=MIL-STD-45662 | | |A |880801|A| | | DOCUMENT REF DATA=ANSI/NCSL Z540.3 | | | |130326|A| | | DOCUMENT REF DATA=SS800-AG-MAN-010/P-9290 | | |A |200324|A| |42| 3. REQUIREMENTS 3.1 ;The Bearing, Spring Link must be manufactured in accordance with NAVSEA drawing 7106789 item 216 and Engineering Report H547-0253A83, except as amplified or modified herein.; 3.1.1 ;Per Note 7004 of NAVSEA drawing 7106789, Kamatics is the approved source of supply for this item. Kamatics drawing no. KJB911500F is invoked herein for reference only.; 3.2 Mercury Free - Mercury and mercury containing compounds must not be intentionally added or come in direct contact with hardware or supplies furnished under this contract. Mercury contamination of the material will be cause for rejection. 3.3 Configuration Control - The Contractor must maintain the total equipment baseline configuration. For items of proprietary design, Contractor drawings showing the latest assembly configuration must be provided to the Government in electronic (C4) format. Definitions are provided elsewhere in the Contract/Purchase Order. 3.3.1 Waivers/Deviations - All waivers and deviations, regardless of significance or classification require review and approval by the Contracting Officer. Waivers and Deviations must be designated as Critical, Major, or Minor. The Contractor must provide a copy of this request to the QAR. Requests must include the information listed below. a. A complete description of the contract requirement affected and the nature of the waiver/deviation (non-conformance), including a classification of Critical, Major, or Minor. b. Number of units (and serial/lot numbers) to be delivered in this configuration. c. Any impacts to logistics support elements (such as software, manuals, spares, tools, and similar) being utilized by Government personnel or impacts to the operational use of the product. d. Information about remedial action being taken to prevent reoccurrence of the non-conformance. 3.3.2 All requests for Waivers/Deviations on NAVSUP-WSS Contracts must be submitted to the NAVSUP WSS Contracting Specialist via eMail. 3.3.3 ECPs - The Government will maintain configuration control and change authority for all modifications or changes affecting form, fit, function, or interface parameters of the Equipment and its sub-assemblies. The Contractor must submit an Engineering Change Proposal (ECP) for any Class I or II changes that impact the Equipment covered by this contract. ECPs must be prepared in Contractor format, and must include the following information: a. The change priority, change classification (Class I or Class II), and change justification. b. A complete description of the change to be made and the need for that change. c. A complete listing of other Configuration Items impacted by the proposed change and a description of the impact on those CIs. d. Proposed changes to documents controlled by the Government. e. Proposed serial/lot number effectivities of units to be produced in, or retrofitted to, the proposed configuration. f. Recommendations about the way a retrofit should be accomplished. g. Impacts to any logistics support elements (such as software, manuals, spares, tools, and similar) being utilized by Government personnel in support of the product. h. Impacts to the operational use of the product. i. Complete estimated life-cycle cost impact of the proposed change. j. Milestones relating to the processing and implementation of the engineering change. 3.3.4 A copy of the final waiver/deviation (both approved and disapproved) must be forwarded with the applicable asset(s). 3.4 Certificate of Compliance - (SPECIAL EMPHASIS MATERIAL) The Contractor must prepare and submit a certificate of compliance certifying that the items/components furnished under this contract comply with the requirements of the procurement document, including any/all invoked specifications and drawings. ^ QUALITY ASSURANCE REQUIREMENTS ^ 3.5 Quality System Requirements - The Contractor furnishing items under this contract/purchase order must provide and maintain a quality system in accordance with ISO-9001 as amplified or modified herein, with the calibration system requirements of ISO-10012 or ANSI-Z540.3 with ISO-17025. A Quality System in accordance with MIL-I-45208, with the calibration system requirements of MIL-STD-45662, is acceptable as an alternate. 3.5.1 The Contractor's quality system and products supplied under the system are subject to evaluation, verification inspection, and acceptance/nonacceptance by the Government representative to determine the system's effectiveness in meeting the quality requirements established in the Contract/Purchase Order. 3.5.2 The Contractor's quality system must be documented and must be available for review by the Contracting Officer or his representative prior to initiation of production and throughout the life of the contract. The Prime Contractor must, upon notification, make his facilities available for audit by the contracting Officer or his authorized representative. 3.5.3 See CDRL DI-QCIC-81110 (Inspection System Procedures) - All suppliers of Deep Submergence Systems Program (DSSP) material are required to submit a copy of their current documented quality system procedures to the Procurement Contracting Officer (PCO) prior to award of any contract/purchase order. Suppliers that have a copy of their current quality system procedures on file at NAVICP-Mech may request the PCO waive this requirement. 3.5.4 This contract provides for the performance of Government Quality Assurance at source. The place or places of performance may not be changed without the authorization of the Procurement Contracting Officer. Upon receipt of this order, promptly notify the Government representative who normally services your plant so that appropriate planning for Government inspection can be accomplished. If you do not have an assigned Government representative, notify the nearest Defense Contract Management Agency (DCMA) Office. In the event that a local Government representative or DCMA Office cannot be located, our purchasing agent should be notified immediately. 3.5.5 Any changes made by the Contractor to a qualified quality system will require concurrence by the Government Quality Assurance Representative prior to adoption. 3.6 Contractor Inspection Requirements - The Contractor must maintain adequate records of all inspections and tests. The records must indicate the nature and number of observations made, the number and type of deficiencies found, the quantities approved and rejected and the nature of corrective action taken as appropriate. 3.6.1 The supplier's gages, measuring and test equipment must be made available for use by the Government representative when required to determine conformance with Contract requirements. When conditions warrant, the supplier's personnel must be made available for operations of such devices and for verification of their accuracy and condition. 3.6.2 All documents and reference data applicable to this contract must be available for review by the Government representative. Copies of documents required for Government inspection purposes must be furnished in accordance with the instructions provided by the Government representative. 3.7 Subcontractor Inspection Requirements - The Government has the right to inspect at source, any supplies or services that were not manufactured/performed within the contractor's facility. Such inspection can only be requested by or under authorization of the Government representative. Any purchasing documents to a subcontractor must cite the applicable portions of the contractually invoked quality system (e.g. calibration requirements), plus any product requirements that apply to the supplies being purchased. When the Government el…

Files

Files size/type shown when available.

No downloadable attachments detected for this notice.

BidPulsar Analysis

A practical, capture-style breakdown of fit, requirements, risks, and next steps.

Analysis is being generated for this notice. Check back shortly.

FAQ

How do I use the Market Snapshot?

It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.

Is the data live?

The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.

What do P10 and P90 mean?

P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.