53--SCREW,CAP,SOCKET HE
SOL #: N0010425QYL84Solicitation
Overview
Buyer
Dept Of Defense
Dept Of The Navy
NAVSUP WEAPON SYSTEMS SUPPORT MECH
MECHANICSBURG, PA, 17050-0788, United States
Place of Performance
Place of performance not available
NAICS
Bolt (332722)
PSC
Screws (5305)
Set Aside
Total Small Business Set-Aside (FAR 19.5) (SBA)
Original Source
Timeline
1
Posted
Jan 22, 2026
2
Last Updated
Mar 11, 2026
3
Submission Deadline
Mar 4, 2026, 9:30 PM
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 procurement of Screw, Socket Head (PN 4491147-23), designated as new manufacture spare parts for Navy submarines. This is a Total Small Business Set-Aside. Quotes are due by March 4, 2026, at 2:00 PM EST.
Scope of Work
This procurement requires the manufacture and quality assurance of Screw, Socket Head, Type IV, meeting specific material, physical, and mechanical requirements outlined in Drawing 4491147, Item 23, and associated specifications. Key aspects include:
- Qualified Products List (QPL): Self-Locking Element (Nylok, Type N) must be from an applicable QPL per MIL-DTL-18240.
- Marking: Permanent marking with material symbol "NICU or NC", manufacturer's symbol, and lot number per MIL-STD-130.
- Mercury-Free: All materials must be free from metallic mercury and contamination, unless written approval is obtained from the Procurement Contracting Officer.
Contract & Timeline
- Type: Solicitation (Competitive Procedures)
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- Response Due: March 4, 2026, 2:00 PM EST
- Published: February 11, 2026
- Contact: Helen I. Carmelo (HELEN.I.CARMELO.CIV@US.NAVY.MIL, 215-697-0000)
- Option Quantity: The Government intends to include an option for increased quantity.
Evaluation Criteria
Award will be based on the following criteria:
- Lead Time
- Price
- Past Performance
- Capacity Offerors must submit unit price, extended price, lead time, and quote expiration date. Only firm fixed prices per CLIN will be accepted; tiered pricing is not permitted.
Key Requirements & Submission
- Source Approval: A Source Approval Statement applies. Firms not currently approved to manufacture this material must submit a Source Approval Request (SAR). The procurement will not be delayed awaiting SAR approval.
- Quality Assurance: Suppliers must have a Quality Inspection System compliant with MIL-I-45208 or ISO 9001 and ISO/IEC 17025 or ISO 10012. A written Quality Inspection and Test Plan (CDRL DI-QCIC-81110) requires Government approval.
- Material Control: An effective material control system is required, providing certified quantitative mill or industrial laboratory reports for chemical and physical analysis.
- Inspection & Reporting: 100% visual/dimensional inspection of production lot units is required. Production Lot Testing/Inspection Reports (CDRL DI-NDTI-80809B) and Objective Quality Evidence Records (CDRL DI-MISC-82386) must be submitted for Government approval prior to shipment.
- Packaging: MIL-STD 2073 applies.
People
Points of Contact
HELEN.I.CARMELO.CIV@US.NAVY.MILPRIMARY