31--BALL,BEARING
Solicitation from DEPT OF THE NAVY • DEPT OF DEFENSE. Place of performance: PA. Response deadline: Feb 11, 2026. Industry: NAICS 332991 • PSC 3110.
Market snapshot
Awarded-market signal for NAICS 332991 (last 12 months), benchmarked to sector 33.
Related hubs & trends
Navigate the lattice: hubs for browsing, trends for pricing signals.
Point of Contact
Agency & Office
More in NAICS 332991
Description
ITEM UNIQUE IDENTIFICATION AND VALUATION (JAN 2023)|19|||||||||||||||||||| HIGHER-LEVEL CONTRACT QUALITY REQUIREMENT (NAVICP REVIEW FEB 1991)(FEB 1999)|1|SEE SPECIFICATION SECTIONS C AND E| INSPECTION OF SUPPLIES--FIXED-PRICE (AUG 1996)|2||| PRODUCTION LOT TESTING|1|| DESIRED AND REQUIRED TIME OF DELIVERY (JUNE 1997)|29|0001|720|730||||||||||0001|720|1100||||||||||||||| STOP-WORK ORDER (AUG 1989)|1|| WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (JAN 2023)|16|INVOICE AND RECEIVING REPORT COMBO|N/A|TBD|N00104|TBD|TBD|SEE SCHEDULE|TBD|N/A|N/A|TBD|||||| VALUE ENGINEERING (JUN 2020)|3|||| INTEGRITY OF UNIT PRICES (NOV 2021)|1|| EQUAL OPPORTUNITY FOR VETERANS (JUN 2020)|4||||| WARRANTY OF DATA--BASIC (MAR 2014)|2||| SMALL BUSINESS SUBCONTRACTING PLAN (JAN 2025)|4||||| EQUAL OPPORTUNITY FOR WORKERS WITH DISABILITIES (JUN 2020)|2||| LIMITATION OF LIABILITY--HIGH-VALUE ITEMS ($100K)(FEB 1997)|1|| CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVEORDERS--COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES (MAR 2025)(DEVIATION 2025-O|81|||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||| |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|||||||||||| COST ACCOUNTING STANDARDS NOTICES AND CERTIFICATION (DEVIATION 2018-O0015)(MAY 2018))|1|| INSTRUCTIONS TO OFFERORS -- COMPETITIVE ACQUISITION (NOV 2021)|2||| TYPE OF CONTRACT (APR 1984)|1|FIRM FIXED PRICE| NOTICE OF PRIORITY RATING FOR NATIONAL DEFENSE, EMERGENCY PERPARDENESS, AND ENRGY PROGAM USE (APRIL 2008))|2||X| This amendment is being released to extend the solicitation closing date to 11 FEB 2026. \ 1. This Amendment is being released to update this requirement as a commercial procurement. 2. This RFP has been determined commerical therefore all non-commercial clauses within the Solicitation shall be disregarded. 3. This RFP is to be treated as a RFQ. 4. The closing date of this solicitation is hereby extended to 04 FEB 2026. \ 1. This solicitation is for the following PROCUREMENT: CLIN 0001; BALL,BEARING. NSN 3HD 3110 009873731 NT; Quantity 720. 2. The resultant award of this solicitation will be issued bilaterally,requiring the contractor?s written acceptance prior to execution. 3. Please provide the following information in the procurement quote: A. Your CAGE (used as the awardee CAGE):___________________ B. the unit procurement price: $____________________________________ (FirmFixed Price). C. The procurement CAGE _____________ and packaging CAGE___________ (asdescribed in #2). D. Procurement Acquisition Time, delivered in _____ days. 4. All contractual documents (i.e. contracts, purchase orders, task orders,delivery orders, and modifications) related to the instant procurement areconsidered to be "issued" by the Government when copies are either deposited inthe mail, transmitted by facsimile, or sent by other electronic commercemethods such as email. The Government?s acceptance of the contractor?s proposalconstitutes bilateral agreement to "issue" contractual documents as detailedherein. 5. If requirement will be packaged at a location different from the offeror?saddress, the offer or shall provide the name, street address, and CAGE of thefacility. 6. Any contract awarded as a result of this solicitation will be DO certifiedfor national defense under the Defense Priorities and Allocations System(DPAS). Provision 52.211-14, Notice of Priority Rating for National Defense,Emergency Preparedness, and Energy Program Use, shall be inserted insolicitations when the contract to be awarded shall be a rated order. 7. If drawings are included in the solicitation, access needs to be requested onthe individual solicitation page under Contract Opportunities on SAM.govwebsite. After requesting access, send an email to the POC listed on thesolicitation. 8. The POC per this solicitation is Vincent Molesky and can be reached atvincent.e.molesky.civ@us.navy.mil. 9. PROPOSALS ARE REQUESTED TO BE SUBMITTED VIA EMAIL TO THE POC EMAIL LISTED IN SOLICITATION NOTE 8. \ 1. SCOPE 1.1 This contract/purchase order contains the requirements for manufacture and the contract quality requirements for the BALL,BEARING . 1.1.1 ;Required item is to be procured and adhere to MIL-B-17931 Military Specification for 'Bearings, Ball, Annular, For Quiet Operation' and other applicable documents referenced herein.; 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 "Document References" listed below must be obtained by the Contractor. Ordering information is included as an attachment to this contract/purchase order. 2.1.2 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. DOCUMENT REF DATA=MIL-STD-12 | | |D |810529|A| | | DOCUMENT REF DATA=MIL-STD-105 | | |E |950227|A| | | DOCUMENT REF DATA=MIL-STD-129 | | |P |041029|A| |03| DOCUMENT REF DATA=FF-B-171 | | |B |950309|A| 1| |1 | |53 |920303 DOCUMENT REF DATA=SAE J418 | | |A |831201|A| | | DOCUMENT REF DATA=MIL-B-1083 | | |D |970530|A| | |1 DOCUMENT REF DATA=AMS 6444 | | |H |911001|A| | | DOCUMENT REF DATA=ANSI/AFBMA STD 9 | | | |900717|A| | | DOCUMENT REF DATA=MIL-B-17931 | | |E |950522|A| 2| | DOCUMENT REF DATA=DOD-G-24508 | | |A |980923|A| 4| | DOCUMENT REF DATA=MIL-I-45208 | | |A |961001|A|2 | | DOCUMENT REF DATA=SAE 52100 | | | | |A| | | DOCUMENT REF DATA=ANSI/AFBMA STB 20 | | | |871028|A| | | DOCUMENT REF DATA=ANSI/AFBMA STD 10 | | | |890605|A| | | DOCUMENT REF DATA=ANSI/AFBMA STD 13 | | | |870902|A| | | DOCUMENT REF DATA=ASTM-E112 | | | |881109|A| | | DOCUMENT REF DATA=MIL-PRF-17331 | | |J |070330|A| 1| | |Y|97 |940720 DOCUMENT REF DATA=ASTM-E18 | | | |930215|A| | | DOCUMENT REF DATA=ASTM-A295 | | |92 |920815|A| | | DOCUMENT REF DATA=ASTM-E45 | | | |870828|A| | | DOCUMENT REF DATA=MIL-PRF-6085 | | |D |980220|A| | | |Y|14 |920916 DOCUMENT REF DATA=ISO9001 | | | |010417|A| | | DOCUMENT REF DATA=MIL-STD-973 | | | |920417|A| | | DOCUMENT REF DATA=MIL-STD-973 | | | |950113|A| |03| DOCUMENT CHANGE DATA=MIL-L-17331 |MIL-PRF-17331 DOCUMENT CHANGE DATA=MIL-L-6085 |MIL-PRF-6085 3. REQUIREMENTS 3.1 ;Source Control Item - Previous delivery of this specified National Stock Number or similar item manufactured to technical procurement specifications and MIL-B-17931 supplied by a Government activity or Price Contractor does not in itself qualify a supplier as a Government approved source. Only those sources for this item currently approved by the Government will be considered for this award. The time required for approval of a new supplier is normally such that award cannot be delayed pending approval of the new source. Qualification and testing requirements are extensive and time consuming. To maintain appropriate stock levels and prevent work stoppage, a prospective contractor must be determined to be qualified by the engineering activity prior to submitting offer. If you have not been solicited and you can furnish either (a) proof of your prior approval as a supplier of this item, or (b) data showing you have produced the same or similar items satisfactorily for the Government or a commercial source, or (c) test data indicating your product can meet service operating requirements, or (d) other pertinent data concerning your qualification to produce the required item, notify the Procurement Contracting Officer in writing, furnishing said proof of data for evaluation, possibly leading to your firm being authorized as an approved source for this procurement or subsequent procurements. Your interest will be forwarded to the In-Service Engineering Agent (ISEA) responsible for this item.; 3.1.1 ;QTP-MIL-B-17931 shall be used to qualify a vendor to supply precision ball bearings for low noise operation in accordance with MIL-B-17931 Rev E. After final approval is granted by NAVSEA, the vendor will be considered a qualified source to supply noise-tested (NT) bearings in accordance with MIL-B-17931 and associated documents.; 3.2 Manufacture and Design - The BALL,BEARING furnished under this contract/purchase order shall meet the requirements as specified in ;MIL-B-17931E; . The ordering data/acquisition requirements/notes are ;as follows: a. Standard Part Number M17931-G051. b. See Appendix I thru IV and Attachment A thru D (SPCC FORM 4250/7) for modifications to MIL-B-17931E. c. See ACN-MIL-B-17931 (NAVSEA 9244, Ser 05Z/014) for acceptable modification to MIL-B-17931E. d. See QTP-MIL-B-17931 for acceptable modification to MIL-B-17931E.; . 3.3 Marking - This assembly and its piece parts shall be physically identified in accordance with ;paragraph 3.7 of MIL-B-17931E and Mil-Std 129.; . 3.4 ;Quality Conformance Inspection / Test (Contractor Testing) - Quality Conformance Inspection and approval is required.; 3.5 ;Production Lot Test / Verification Inspection (Government Testing) - Verification Inspection and approval is required.; 3.6 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.) 3.6.1 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. 3.7 Qualification Requirements - This item contains components that must be manufactured by a Government Qualified Products List (QPL) supplier. 3.8 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 Inspection System Requirements - The supplier shall provide and maintain an inspection/quality system acceptable to the Government. The inspection system requirements for this contract/purchase order shall be in accordance with MIL-I-45208. Suppliers certified to perform under ISO 9001 or ISO 9002 are granted permission to utilize the one desired in lieu of MIL-I-45208. 4.3 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. 4.4 Records of Inspection - (This requirement is not applicable to Government Purchase Orders) Records of all inspection work performed by the Contractor, as referenced elsewhere in this contract, shall be kept complete and available to the Government during the performance of the contract and for a period of four years after final delivery of supplies. 4.5 ;Quality Conformance Inspection / Test (Contractor) - The contractor shall perform quality conformance inspection (nondestructive) in accordance with the quality assurance provisions of group a, b, c, and d on SPCC FORM 4250/7. Quality conformance inspection sample size shall be in accordance with MIL-STD-105.; 4.6 ;Quality Conformance Inspection / Test Report - The Contractor shall prepare and submit a report in accordance with the Contract Data Requirements List (DD form 1423).; 4.7 ;Production Lot Test / Verification Inspection (Government) - The Contractor shall deliver (as directed by attachment c and d of SPCC FORM 4250/7) unit(s) to Naval Surface Warfare Center, Carderock Division, Building 60, Room 150, Code 642, Bethesda, Md. 20084-5000, for Verification Inspection in accordance with paragraph 4.4 (Verification Inspection) of MIL-B-17931. Government Verification Inspection shall consist of nondestructive testing. If testing is nondestructive, Verification inspection sample(s) shall be returned to the contractor.; 5. PACKAGING 5.1 Preservation, Packaging, Packing and Marking - Preservation, Packaging, Packing and Marking shall be in accordance with the Contract/Purchase Order Schedule and as specified below. MIL-STD 2073 PACKAGING APPLIES AS FOUND ELSEWHERE IN THE SCHEDULE 6. NOTES 6.1 Ordering Information for Document References - The Department of Defense Single Stock Point (DODSSP), Website http://www.dsp.dla.mil/, provides product information for the Department Of Defense Index Of Specifications and Standards (DODISS) (i.e.Military/Federal Specifications and Standards), Data Item Descriptions (DIDs), and other DODSSP Products. A. Availability of Cancelled Documents - The DODSSP offers cancelled documents that are required by private industry in fulfillment of contractual obligations in paper format. Documents can be requested by phoning the Subscription Services Desk. B. Commercial Specifications, Standards, and Descriptions - These specifications, standards and descriptions are not available from Government sources. They may be obtained from the publishers of the applicable societies. C. Ordnance Standards (OS), Weapons Specifications (WS), and NAVORD OSTD 600 Pages - These type publications may be obtained by submitting a request to: Commander, Indian Head Division, Naval Surface Warfare Center Code 8410P, 101 Strauss Avenue …
Files
Files size/type shown when available.
BidPulsar Analysis
A practical, capture-style breakdown of fit, requirements, risks, and next steps.
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.