Skip to content
Department of Defense

31--BALL,BEARING

Solicitation: N0010425QYJ61
Notice ID: cb969ab8c8bf43719ea51bdc8cefac0f
TypeSolicitationNAICS 332991PSC3110DepartmentDepartment of DefenseAgencyDept Of The NavyStatePAPostedJan 21, 2026, 12:00 AM UTCDueFeb 15, 2026, 09:30 PM UTCExpired

Solicitation from DEPT OF THE NAVY • DEPT OF DEFENSE. Place of performance: PA. Response deadline: Feb 15, 2026. Industry: NAICS 332991 • PSC 3110.

Market snapshot

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

12-month awarded value
$19,991,710
Sector total $20,341,046,444 • Share 0.1%
Live
Median
$84,284
P10–P90
$31,025$350,000
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%($19,991,710)
Deal sizing
$84,284 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
JESSICA.L.HARPEL2.CIV@US.NAVY.MIL
Phone
2156972995

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|N741.P12|ERO|771-229-0455|jessica.l.harpel2.civ@us.navy.mil | ITEM UNIQUE IDENTIFICATION AND VALUATION (JAN 2023)|19|||||||||||||||||||| INSPECTION OF SUPPLIES--FIXED-PRICE (AUG 1996)|2||| HIGHER-LEVEL CONTRACT QUALITY REQUIREMENT|6||||||| INSPECTION AND ACCEPTANCE OF SUPPLIES|26||||||||||||||||||||||||||| GENERAL INFORMATION-FOB-DESTINATION|1|B| WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (JAN 2023)|16|Invoice and receiving reports (combo)||N/A|N00104|N/A|N/A|N/A|N/A|||N/A|||||| NAVY USE OF ABILITYONE SUPPORT CONTRACTOR - RELEASE OF OFFEROR INFORMATION (3-18))|1|WSS Mechanicsburg| BUY AMERICAN-FREE TRADE AGREEMENTS-BALANCE OF PAYMENTS PROGRAM-BASIC (FEB 2024)|11|||||||||||| NOTICE OF TOTAL SMALL BUSINESS SET-ASIDE (OCT 2020)(DEVIATION 2020-O0008)|1|| ALTERNATE A, ANNUAL REPRESENTATIONS AND CERTIFICATIONS (OCT 2024)|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| This procurement requirement is for quantity 22 BALL, BEARING (NSN 1HM 3110 014859782 SQ). This requirement is 100 Percent set-aside for small businesses. The Government will issue an award resulting from this Request for Quotation (RFQ) to the responsible offeror whose quotation, conforming to the solicitation, results in the best value to the Government, considering both price and non-price factors. The following factors will be used to evaluate competitive offers received in response to this RFQ: 1. Price 2. Non-Price Factors Delivery Lead Time. The proposed delivery lead times and schedules will be evaluated and the proposed delivery lead time considered to be in the best interest of the Government will be rated higher than other delivery lead times proposed. b. Past Performance. The offeror's past performance on related contractswill be evaluated to determine, as appropriate, successful performance ofcontract requirements, quality and timeliness of delivery of goods andservices, cost management, communications between contracting parties, proactive management, and customer satisfaction. All non-price evaluation factors, when combined, are approximately equal to price. All contractual documents (i.e. contracts, purchase orders, task orders, delivery orders and modifications) related to the instant procurement are considered to be "issued" by the Government when copies are either deposited in the mail, transmitted by facsimile, or sent by other electronic commerce methods, such as email. The Government's acceptance of the contractor's proposal constitutes bilateral agreement to "issue" contractual documents as detailed herein. A contract writing system limitation prevents the following provision regarding evaluation from being inserted under Section M in this Request for Quotation. Nevertheless, the provision is deemed to be a part of Section M. Evaluation Utilizing Simplified Acquisition Procedures The Government will issue an order resulting from this Request for Quotation to the responsible offeror whose quotation, conforming to the solicitation, results in the best value to the Government, considering both price and a non-price factor. The following factors will be used to evaluate quotations: (1) Past Performance. The offeror's past performance on related contracts will be evaluated to determine, as appropriate, successful performance of contract requirements, quality and timeliness of delivery of goods and services, cost management, communications between contracting parties, proactive management, and customer satisfaction. (2) Price. (End of provision) \ 1. SCOPE 1.1 ;This procurement specification contains the requirements for manufacture and the contract quality requirements for ;Bearing, FWD; for use on Navy submarines.; 2. APPLICABLE DOCUMENTS 2.1 Applicable Documents - The document(s) listed below form a part of this contract/purchase order including modifications or exclusions. 2.1.1 Documents, drawings, and publications supplied are listed under "Drawing Number". These items should be retained until an award is made. 2.1.2 "Document References" listed below must be obtained by the Contractor. Ordering information is included as an attachment to this contract/purchase order. 2.1.3 The "Document Changes" section provides supersessions/changes to referenced documents. 2.2 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 shall take precedence. Nothing in this contract/purchase order, however, shall supersede applicable laws and regulations unless a specific exemption has been obtained. DRAWING DATA=7094233 |53711| B| |D|0001 | B|49998|0085873 DRAWING DATA=7094233 |53711| B| |D|0002 | A|49998|0056875 DRAWING DATA=7094233 |53711| B| |D|0003 | A|49998|0031023 DRAWING DATA=7094233 |53711| B| |D|0004 | A|49998|0025287 DRAWING DATA=7094233 |53711| B| |D|0005 | A|49998|0022434 DRAWING DATA=7094233 |53711| B| |D|0006 | A|49998|0024770 DOCUMENT REF DATA=MIL-STD-973 | | | |950113|A| |03| DOCUMENT REF DATA=MIL-STD-130N | | | |121116|A| |01| DOCUMENT REF DATA=ASME B46.1 | | | |190101|A| | | DOCUMENT REF DATA=ISO 9001 | | | |150915|A| | | DOCUMENT REF DATA=ISO 10012 | | | |030415|A| | | DOCUMENT REF DATA=NCSL Z540.3 | | | |060803|A| | | DOCUMENT REF DATA=MIL-I-45208A | | | |810724|A|1 | | DOCUMENT REF DATA=EIA-649C 2/19 | | | | |A| | | DOCUMENT REF DATA=UHMW 1900 (COML) | | | | |A| | | 3. REQUIREMENTS 3.1 ;Design and Manufacturing - The ;Bearing, FWD; furnished under this contract/purchase order shall meet the material, physical and mechanical requirements as specified on Drawing 7094233, Item No. 2 including associated specifications mentioned in this procurement.; 3.1.1 ;The ;Bearing, FWD; color shall be light blue as required by Note 8.3. of drawing 7094233.; 3.2 ;Marking Requirements - The supplier shall permanently identify and mark each first article and production lot unit ;Bearing, FWD; in accordance with Notes 6 and 7 of Drawing 7094233 per MIL-STD-130 and shall ;tag or bag; each part with contract, lot or batch and serial number.; 3.3 ;First Article Testing/Inspection - (Supplier Testing/Inspection). The first article testing/ inspection procedure and approval are required for the ;Bearing, FWD;. Government approval is required prior to commencement of first article production.; 3.4 ;Notification - The supplier shall notify Naval Surface Warfare Center, Philadelphia Division, (NSWCPD), 5001 S. Broad Street, Philadelphia, PA 19112-1403 by email matthew.j.ogilvie.civ@us.navy.mil, Code 242MO after award of contract.; 3.4.1 ;The NSWCPD is the acceptance activity for the Contract Data Requirements List (DD1423) Data Items. NSWCPD WAWF/IRAPT ;Acceptor; DODACC is ;N64498;.; 3.5 Configuration Control - MIL-STD-973 entitled "Configuration Management", Paragraph 5.4.8, Configuration Control (Short Form Procedure), is hereby incorporated. The Contractor shall submit all Engineering Change Proposals in accordance with MIL-STD-973, Paragraph 5.4.8.2 and Appendix D. Requests for Deviations shall be processed in accordance with MIL-STD-973, Paragraph 5.4.8.3 and Appendix E. Requests for Waivers shall be processed in accordance with MIL-STD-973, Paragraph 5.4.8.4 and Appendix E. (Original and two copies shall be submitted to Contracting Officer, NAVICP-MECH, P. O. Box 2020, Mechanicsburg Pa. 17055-0788.) 3.5.1 Configuration Control - When the Contractor has received authorization on a prior contract for the same NSN for the use of a drawing of a later revision status, that authorization is hereby extended to all succeeding contracts/purchase orders until another drawing revision is approved. The Contractor will notify the PCO of this occurrence in each instance, in the response to the solicitation. Such notification shall be in writing setting forth the contract under which the prior authorization was granted, the date of the granting of the authorization, and the name of the granting authority. Contractors shall also refer technical inquiries (other than those covered by MIL-STD-973) on company letterhead signed by a responsible company official, with copies distributed as stated below. The original and two copies of all Contractor generated correspondence regarding configuration shall be submitted to Contracting Officer, NAVICP-MECH, P.O. Box 2020, Mechanicsburg, PA 17055-0788. Contractors are cautioned that implementing engineering changes, waivers, deviations or technical inquiries into the contract/purchase order without approval of the Contracting Officer will be at the sole risk of the Contractor. 3.6 Mercury Free - The material supplied under this contract/purchase order is intended for use on submarines/surface ships and therefore shall contain no metallic mercury and shall be free from mercury contamination. Mercury contamination of the material will be cause for rejection. If the inclusion of metallic mercury is required as a functional part of the material furnished under this contract, the Contractor shall obtain written approval from the Procurement Contracting Officer before proceeding with manufacture. The contractor's request shall explain in detail the requirements for mercury, identify specifically the parts to contain mercury, and explain the method of protection against mercury escape. Such a request will be forwarded directly to the Procurement Contracting Officer with a copy to the applicable Government Inspector. Upon approval by the Contracting Officer, the vendor will provide a "Warning Plate" stating that metallic mercury is a functional part of the item and will include name and location of that part. The use of mercury, mercury compounds, or mercury-bearing instruments and/or equipment in a manner which might cause contamination in the manufacture, assembly, or test of material on this contract is prohibited. The most probable causes of contamination are direct-connected manometers, mercury vacuum pumps, mercury seals, or the handling of mercury in the immediate vicinity. Mercury switches, mercury in glass thermometers, standard cells and other items containing mercury may be used if they are located so as not to constitute a contamination hazard. If external contamination by metallic mercury occurs or is suspected, the following test may be used to determine whether contamination by metallic mercury exists or whether corrective cleaning measures have been effective. Enclose the equipment in a polyethylene bag or close-fitting airtight container for eight hours at room temperature (70 degrees F minimum).Sample the trapped air and if mercury vapor concentration is 0.01 mg/cu meter or more, the material is mercury contaminated insofar as the requirements of this contract are concerned. These requirements shall be included in any subcontract or purchase order hereunder and the Contractor shall insure SubContractor compliance with these requirements. Technical questions pertaining to these requirements shall be referred to the Procurement Contracting Officer via the cognizant Administrative Contracting Officer. For background, the following information is provided: Mercury is corrosive to gold, silver, nickel, stainless steels, aluminum and copper alloys. Stainless steels, nickel, and copper alloys are widely used in reactor plants and other submarine/surface ship systems. Accidental trapping of mercury in a component could cause serious damage to vital parts. Mercury is also toxic if inhaled, ingested, or absorbed through the skin. It is evident that grave consequences could result from small amounts of mercury vapor present in an unreplenished submarine/surface ship atmosphere. 4. QUALITY ASSURANCE 4.1 Responsibility for Inspection - Unless otherwise specified in the contract/purchase order, the Contractor is responsible for the performance of all inspection requirements as specified herein. Except as otherwise specified in the contract/purchase order, the Contractor may use his own or any other facilities suitable for the performance of the inspection requirements specified herein, unless disapproved by the Government. The Government reserves the right to perform any of the inspections set forth in the specification where such inspections are deemed necessary to assure supplies and services conform to prescribed requirements. 4.2 Responsibility for Compliance - All items must meet all requirements of this contract/purchase order. The inspection set forth in this specification shall become a part of the Contractor's overall inspection system or quality program. The absence of any inspection requirements shall not relieve the Contractor of the responsibility of assuring that all products or supplies submitted to the Government for acceptance comply with all requirements of the contract/purchase order. Sampling in quality conformance does not authorize submission of known defective material, either indicated or actual, not does it commit the Government to acceptance of defective material. 4.3 Records - Records of all inspection work by the Contractor shall be kept complete and available to the Government during the performance of contract/purchase order and for a period of 365 calendar days after final delivery of supplies. 4.4 ;Inspection System - The Supplier's Quality Inspection System shall be in accordance with MIL-I-45208 or ISO 9001 and NCSL Z540.3 or ISO 10012. The supplier shall develop and submit their written Quality Inspection and Test Plan as indicated on the Contract Data Requirements List (DD Form 1423). Government approval of the supplier's written Quality Inspection and Test Plan is required by the contract. CDRL: QUALITY INSPECTION & TEST PLAN per MIL-I-45208, NCSL Z540.3 and DI-QCIC-81110 ; 4.5 ;Surface Roughness - All surface finishes are in RMS measurements. Where the degree of surface roughness is indicated, the surface shall be free from all visible imperfections as defined by Standard ASME B46.1. ; 4.6 ;Finished Edges - Finished edges shall be in accordance with the applicable drawing requirements.; 4.7 ;Material Control - The supplier shall have an effective material control system that provides for the control of materials by lot or batch as ordered for first article and production lot units.; 4.8 ;First Article Testing/Inspection - (Supplier Testing/Inspection). The supplier shall perform first article testing/inspection on ;Bearing, FWD; in accordance with the applicable drawing and their approved first article procedure.; 4.8.1 ;The first article inspection shall be made by the cognizant DCMA-QAR at the supplier's and/or subcontractor facility. The supplier shall notify NSWCPD, Code 242MO two weeks in advance prior to the scheduled first article testing/inspection, so an NSWCPD representative has the option of being present during the first article testing/inspection.; 4.8.2 ;First Article Approval for Testing/Inspection Procedure and Acceptance - (Supplier Testing/ Inspection). The supplier shall prepare and submit their First Article Testing/Inspection Procedure for ;Bearing, FWD; in accordance with the requirements of DI-NDTI-80603 and the applicable drawing as indicated on the Contract Data Requirements List (DD Form 1423). Government approval of the procedure is required prior to commencement of first article unit. CDRL: FIRST ARTICLE TESTING/INSPECTION PROC per DI-NDTI-80603A; 4.8.3 ;First Article Visual/Dimensional Inspection - The supplier shall visually and physically inspect 100% the first article unit and record the actual measurements of each dimension including bearing color identified on the applicable drawing.; 4.8.4 ;First Article Testing/Inspection Reports and Acceptance - (Supplier Testing/Inspection). The supplier shall submit for the first article unit testing/inspection reports in compliance with the requirements of DI-NDTI-80603 and applicable drawing. The report shall also include a copy of ;Certificate of Compliance for Polyethylene Ultra High Molecular Weight (UHMW) 1900 Material and Visual/Dimensional Inspection Report; identified in the Objective Quality Evidence Records Section of this document, and as indicated on the Contract Data Requirements List (DD Form 1423). Government approval of the first article testing/inspection report is required prior to commencement of production units. CDRL: FIRST ARTICLE TESTING/INSPECTION REPORT per DI-NDTI-80809B; 4.9 ;Production Lot.; 4.9.1 ;Visual/Dimensional Inspection - The supplier shall visually and physically inspect 100% the production lot units and record the actual measurements of each dimension including bearing color identified on the applicable drawing.; 4.9.2 ;Production Lot Testing/Inspection Reports and Acceptance - (Supplier Testing/Inspection). The supplier shall submit for the completed production units testing/inspection reports in compliance with the applicable Data Item Descriptions (DIDs) and drawing. The Production Lot Testing/Inspection report shall consist of ;Certificate of Compliance for Polyethylene Ultra High Molecu lar Weight (UHMW) 1900 Material; Visual/Dimensional Inspection Report and Merc ury Exclusion Certification; identified in the Objective Quality Evidence Reco rds Section of this document, and as indicated on the Production Lot Test/Insp ection (PLT) Contract Data Requirements List (DD Form 1423). Government approval of the production lot testing/ inspection report is required prior to shipment of production lot units. CDRL: PRODUCTION LOT TESTING/INSPECTION REPORT per DI-NDTI-80809B; 4.10 ;Production Lot Inspection/Acceptance - (Supplier Testing/Inspection). The supplier shall submit for the production lot units, the inspection and test reports identified in the Objective Quality Evidence Records Section of this document and as indicated on the Production Lot Testing/Inspection (PLT) Contract Data Requirements List (DD Form 1423). Government approval is required prior to shipment of production units. ; 4.11 ;Final Inspection and Acceptance - Final inspection and acceptance of production lots shall be made by the cognizant DCMA-QAR in conjunction with the Specific Government Inspection Instructions (SGIIs) furnished by NSWCPD. In addition to the normal DCMA surveillance, the production unit(s) shall be under the surveillance of NSWCPD Quality Assurance Specialist as required.; 4.12 ;Objective Quality Evidence Records - The supplier shall maintain Objective Quality Evidence Data (OQEDs) of raw material and finished parts. Records shall be traceable by drawing/item, lot or batch, serial and contract number. All OQEDS shall be clearly legible including name and title. The supplier may provide exact (quality) photocopies of objective quality evidence records being delivered under this purchase order instead of originals.; 4.12.1 ;The supplier shall furnish a copy of the following OQEDs listed below and as indicated on the Contract Data Requirements List (DD Form 1423) for acce…

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.

Updated: Feb 14, 2026
Executive summary

The Department of the Navy is seeking a contract for the supply of 22 quantity BALL, BEARING (NSN 1HM 3110 014859782 SQ) under solicitation N0010425QYJ61. This opportunity is exclusively available to small businesses. Offerors will be evaluated based on price, delivery lead time, and past performance metrics, emphasizing the importance of both price and non-price factors in the proposal assessment.

What the buyer is trying to do

The buyer aims to procure specific bearings for use in Navy submarines, ensuring compliance with set specifications and quality requirements.

Work breakdown
  • Manufacturing and supply of 22 BALL, BEARING
  • Compliance with Drawing 7094233 specifications
  • First Article Testing and Inspection
  • Notification to Naval Surface Warfare Center post-award
  • Submission of Engineering Change Proposals if necessary
Response package checklist
  • Quotation conforming to solicitation requirements
  • Proof of past performance on related contracts
  • Proposed delivery lead times
  • Signed acknowledgement of contract requirements and specifications
Suggested keywords
NAVSUPBearing FWDSmall Business Set-AsideMIL-STD ComplianceNSN 1HM 3110 014859782 SQ
Source coverage notes

Some notices publish limited source detail. Confirm these points before final bid/no-bid decisions.

  • Details on the expected delivery timeline post-award
  • List of specific quality certifications needed beyond MIL-STD
  • Clarification on allowable cost structures for pricing strategy

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.