Belleville Disk Spring Washer
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 Defense Logistics Agency (DLA) Maritime - Portsmouth, on behalf of the Portsmouth Naval Shipyard in Kittery, Maine, has issued a Combined Synopsis/Solicitation (RFQ SPMYM326Q5047) for Belleville Disk Spring Washers. This requirement is a Total Small Business Set-Aside. Responses are due by May 15, 2026, at 5:00 PM EDT.
Scope of Work
The Government requires 50 Each of Belleville Disk Spring Washers with specific dimensions: 2.000” OD x 1.00” ID X .080” THK X 0.145" FREE HGT, PC-74 OF DWG ERH625-0306B80, P/N H6250306A-74 (MOD), MATERIAL: ASTM B196 ALLOY-C17200 TEM-TF00 PER LAR PNSY-0010-26. Offerors must provide the Place of Manufacture/Country of Origin. Shipping/freight costs must be included in the price.
Contract Details
This is a combined synopsis/solicitation for commercial items, prepared in accordance with FAR Part 12 and Simplified Acquisition Procedures (FAR Part 13). The contract will be evaluated on an "All or None" basis. Payment terms are Net 30 Days AFTER acceptance of material.
Submission & Evaluation
Proposals will be evaluated using the Lowest Price Technically Acceptable (LPTA) method. Vendor responsibility will be determined using PPIRS and screened per FAR 9.104. Submission Deadline: Friday, May 15, 2026, at 5:00 PM EDT local time. Submission Method: Via email to robert.dowdle@dla.mil and DLA-KME-QUOTATIONS@DLA.MIL. Required Quote Information: Price(s), FOB point, Cage Code, point of contact name and phone number, GSA contract number (if applicable), business size under the NAICS Code, and preferred payment method (GCPC or WAWF). Mandatory Attachments: Offerors must complete and include provisions 52.204-24, 52.204-26, 252.204-7016, and 252.204-7019 with their offer.
Eligibility & Requirements
This requirement is a 100% Small Business Set-Aside. Offerors must be registered in the System for Award Management (SAM) database. If not the actual manufacturer, the Manufacturer's Name, Location, and Business Size must be provided. Small business joint venture offerors must submit specific representations. A Security Agreement for the Protection of Naval Nuclear Propulsion Information is required. Bidders must review and agree to its terms, which include safeguarding sensitive information, prohibiting transmission to foreign nationals, and returning documents upon contract completion. This agreement, along with an active DD Form 2345, is necessary to receive referenced drawings.
Additional Notes
This solicitation incorporates provisions and clauses in effect through FAC 2026-01 and DFARS Change Notice 2026-0507. Full text of clauses can be accessed online. The attached "Clauses - Full Text Provisions and Clauses 260210.pdf" details various compliance requirements, including prohibitions on certain telecommunications equipment, safeguarding contractor information systems, and WAWF payment procedures.