Cap screws

SOL #: SPMYM325Q7005Combined Synopsis/Solicitation

Overview

Buyer

DEPT OF DEFENSE
Defense Logistics Agency
DLA MARITIME - PORTSMOUTH
PORTSMOUTH, NH, 03801-5000, United States

Place of Performance

Kittery, ME

NAICS

Bolt (332722)

PSC

Screws (5305)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)

Timeline

1
Posted
May 28, 2025
2
Last Updated
Jun 6, 2025
3
Submission Deadline
Jun 18, 2025, 7:00 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.

Cap screws

This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR part 12, using Simplified Acquisition Procedures found at FAR 13, as supplemented with the additional information included in this notice.  This announcement constitutes the only solicitation; a written solicitation will not be issued.  PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation SHALL be posted to BETASAM.  The RFQ number is SPMYM325Q7005. This solicitation documents and incorporates provisions and clauses in effect through FAC 2025-03 January 17, 2025, and DFARS Publication Notice 20250117. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at this address: https://www.ecfr.gov. The FSC Code is 5305 and the NAICS code is 332722. This requirement is being processed as a 100% Small Business Set-Aside. The Small Business Standard is 600. 

Solicitation closes on Friday, June 06, 2025, at 15:00pm est.

***

The attached Combined Synopsis Solicitation and Provisions and Clauses must be completed and sent with offer to be considered for award.

***

Evaluation criteria is Lowest Price Technically Acceptable (LPTA) and “All or None”. If no offers are received which meet or exceed the Government’s RDD provided below, award may proceed to the LPTA offeror and may be made based on soonest delivery. PPIRS will be used to determine vendor responsibility.  Potential contractors will be screened for responsibility in accordance with FAR 9.104.

                                                                                                Government RDD: 07/17/2025

Offerors are required to submit descriptive literature to show how their quotation meets the required specifications. Failure to provide this information may result in your quotation being determined technically unacceptable. Place of Manufacture / Country of Origin Required.

Quotes must be e-mailed to mihaela.zouak@dla.mil  and also DLA-KME-QUOTATIONS@DLA.MIL

Your Company Info:

Phone:

Email:

Cage Code:

**Note: Vendor shall list the country of origin for each line item

SHIP TO:

Portsmouth Naval Shipyard

Receiving Officer

BLDG 170

Kittery, ME 03904

The Portsmouth Naval Shipyard requests responses from qualified sources capable of providing:

ITEM DESCRIPTION                                         QTY      U/I           Unit Price        Total Price

0001    HEX HEAD SLF LKG CAP SCREW                   4       EA          ___________   ____________

           

HEX HEAD SLF LKG CAP SCREW, 1.250-12UNF-2A X 5.000 IN. LONG. MFR. IAW

MIL-DTL 1222J TY I. MATERIAL IS GRADE 5 ALLOY STEEL. ZINC PLATE IAW ASTM B633-23

SC-2 TY-II. SLF LKG IAW MIL-DTL-18240F TYPE “N”. MARKINGS OF A MINIMUM (6) DOTS

(APPROXIMATELY 0.032 DIA) RAISED OR DEPRESSED (APPROXIMATELY 0.010) SHALL BE

PLACED ON THE HEAD OF THE FASTENER (TOP PREFERRED. SIDE LOCATION IF

NECESSARY).

0002    Data Requirements for Item 0001, Exh. A         1            SE                 NSP                  NSP

            See Exhibit “A” Seq A001: CDRL DI-MISC-81356A (Certificate of Compliance).

0003    Data Requirements for Item 0001, Exh. A         1            SE                NSP                   NSP

            See Exhibit “A” Seq A002: CDRL DI-MISC-80678 (Certification/Data Report).

0004    HEX HEAD SLF LKG CAP SCREW                   30     EA          ___________   ____________

           

SAME AS ITEM 0001.

0005    Data Requirements for Item 0004, Exh. B         1            SE                 NSP                  NSP

            See Exhibit “B” Seq B001: CDRL DI-MISC-81356A (Certificate of Compliance).

0006    Data Requirements for Item 0004, Exh. B         1            SE                NSP                   NSP

            See Exhibit “B” Seq B002: CDRL DI-MISC-80678 (Certification/Data Report).

0007    HEX HEAD SLF LKG CAP SCREW                   30     EA          ___________   ____________

           

HEX HEAD CAP SCREW, 1.250-12UNF-2A X 4.000 IN. LONG. MFR. IAW MIL-DTL 1222J TY I. MATERIAL IS GRADE 5 ALLOY STEEL. ZINC PLATE IAW ASTM B633-23 SC-2 TY-II.

0008    Data Requirements for Item 0007, Exh. C         1            SE                 NSP                  NSP

            See Exhibit “C” Seq C001: CDRL DI-MISC-81356A (Certificate of Compliance).

0009    Data Requirements for Item 0007, Exh. C         1            SE                NSP                   NSP

            See Exhibit “C” Seq C002: CDRL DI-MISC-80678 (Certification/Data Report).

0010    HEX HEAD SLF LKG CAP SCREW                   30     EA          ___________   ____________

           

HEX HEAD SLF LKG CAP SCREW, 1.250-12UNF-2A X 4.000 IN. LONG. MFR. IAW

MIL-DTL 1222J TY I. MATERIAL IS GRADE 5 ALLOY STEEL. ZINC PLATE IAW ASTM B633-23

SC-2 TY-II. SLF LKG IAW MIL-DTL-18240F TYPE “N”. MARKINGS OF A MINIMUM (6) DOTS

(APPROXIMATELY 0.032 DIA) RAISED OR DEPRESSED (APPROXIMATELY 0.010) SHALL BE

PLACED ON THE HEAD OF THE FASTENER (TOP PREFERRED. SIDE LOCATION IF

NECESSARY).

0011    Data Requirements for Item 0010, Exh. D         1            SE                 NSP                  NSP

            See Exhibit “D” Seq D001: CDRL DI-MISC-81356A (Certificate of Compliance).

0012    Data Requirements for Item 0010, Exh. D         1            SE                NSP                   NSP

            See Exhibit “D” Seq D002: CDRL DI-MISC-80678 (Certification/Data Report).

If not the actual manufacturer – Manufacturer’s Name, Location, and Business Size must be provided.

NOTE:  OFFERORS MUST COMPLETE THE ATTACHED PROVISIONS 52.204-24, 52.204-25, 52.204-26, 252.204-7016, AND 252.204-7019 AND INCLUDE THE COMPLETED PROVISIONS WITH THEIR OFFER.

FAR CLAUSES AND PROVISIONS

52.204-7, System for Award Maintenance

52.204-9, Personal Identity Verification of Contractor Personnel

52.204-13, SAM Maintenance

52.204-19, Incorporation by Reference of Representations and Certifications

52.204-24* See Attachment for this provision

52.204-26* See Attachment for this provision

52.204-29 FASCSA Representation* See Attachment for this provision

52.211-14, Notice of Priority Rating

52.211-15, Defense Priority And Allocation Requirements

52.211-17, Delivery of Excess Quantities

52.212-1, Instructions to Offerors - Commercial Items;

52.212-3, Offeror Reps and Certs

52.212-4, Contract Terms and Conditions – Commercial Items

52.219-1, Alt 1 Small Business Program Representations

52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relation to Iran-Reps and Certs

52.232-39, Unenforceability of Unauthorized Obligations

52.233-2 Service of Protest

52.242-13 Bankruptcy

52.242-15 Stop Work Order

52.243-1, Changes Fixed Price

52.246-1, Contractor Inspection Requirements

52.247-34, F.O.B-Destination

52.252-1 Solicitation Provisions Incorporated by Reference

52.252-2 Clauses Incorporated by Reference

52.253-1, Computer Generated Forms

52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items including all base terms, conditions, and clauses outlined within the clause, plus the following clauses that have been specifically selected (checked off within the clause) for this procurement:

52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements

52.204-23, Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities

52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment

52.209-10, Prohibition on Contracting with Inverted Domestic Corporations

52.232-40, Providing Accelerated Payments to Small Business Subcontractors

52.233-3, Protest After Award

52.233-4, Applicable Law for Breach of Contract Claim

52.204-27 Prohibition on a ByteDance Covered Application

52.204-30 FASCSA Federal Acquisition Supply Chain Security Act Orders-Prohibition

52.219-6 Notice of Total Small Business Set-Aside

52.219-28 Post-Award Small Business Program Representation

52.222-3 Convict Labor

52.222-19 Child Labor

52.222-21 Prohibition of Segregated Facilities

52.222-36 Equal Opportunity for Workers with Disabilities

52.222-50 Combating Trafficking in Persons

52.223-11 Ozone Depleting Substances

52.223-18 Encouraging Contractors to Ban Text Messaging While Driving

52.225-3 Buy American-Free Trade Agreements

52.225-13 Restriction on Certain Foreign Purchases

52.232-33 Payment by EFT-SAM

DFARS CLAUSES AND PROVISIONS

252.203-7000, Requirements Relating to Compensation of Former DoD Officials,

252.203-7002, Requirement to Inform Employees of Whistleblower Rights

252.203-7005, Representation Relating to Compensation of Former DoD Officials

252.204-7003, Control of Government Personnel Work Product

252.204-7004, System for Award Management

252.204-7008, Compliance With Safeguarding Covered Defense Information Controls

252.204-7015, Disclosure of Information to Litigation Support Contractors

252.204-7016, * See Attachment for this provision.

252-204-7017, Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services-Representation

252.204-7018, Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services.

252.204-7024 Notice on the Use of the Supplier Performance Risk System

252.209-7999, Representation by Corporations regarding an Unpaid Delinquent Tax Liability

252.211-7003, Item Unique Identification and Valuation

252.213-7000  Notice to Prospective Suppliers on Use of Supplier Performance Risk System in Past Performance Evaluations.

252.223-7006, Prohibition on Storage, Treatment, and Disposal of Toxic or Hazardous Materials.

252.223-7008, Prohibition of Hexavalent Chromium

252.225-7001 Buy American and Balance of Payments

252.225-7002 Qualifying Country Sources as Subcontractors

252.225-7048, Export Controlled Items

252.225-7059 Prohibition on Certain Procurements from the Xinjiang Uyghur Autonomous Region - Representation

252.225-7060 Prohibition on Certain Procurements from the Xinjiang Uyghur Autonomous Region

252.231-7000, Supplemental Cost Principles.

252.232-7006, Wide Area Workflow Payment Instructions

252.232-7010, Levies on Contract Payments

252.243-7001, Pricing of Contract Modifications

252.243-7002, Requests for Equitable Adjustment

252.244-7000, Subcontracts for Commercial Items

252.247-7023, Transportation of Supplies By Sea

Note: Vendor shall list the country of origin for each line item.

DLAD CLAUSES AND PROVISIONS (See Attachment for Full Text)
 

52.233-9001, Disputes:  Agreement to Use Alternative Disputes Resolution

DLA PROCUREMENT NOTES (See Attachment for Full Text)

C02 Manufacturing Phase-Out or Discontinuation of Production, Diminishing Sources, and Obsolete Materials or Components (DEC 2016)

C03 Contractor Retention of Supply Chain Traceability Documentation (JUN 2023)

C04 Unused Former Government Surplus Property (SEP 2021)

C14 Repackaging or Relabeling to Correct Deficiencies (MAY 2020)

C20 Vendor Shipment Module (VSM) (NOV 2022)

E05 Product Verification Testing (MAY 2020)

G01 Additional Wide Area Workflow (WAWF) Information (AUG 2017)

H10 Awardee Requires No Access to DLA Controlled Technical Data or Information for Contract Performance (FEB 2020)

L06 Agency Protests

L08 Use of Supplier Performance Risk System (SPRS) in Past Performance Evaluations

L31 Additive Manufacturing (JUN 2018)

M05 Evaluation Factor for Unused Former Government Surplus Property (SEP 2016)

LOCAL CLAUSES (See Attachment for Full Text):

YM3 A1: Additional Information

YM3 C500: Mercury Control (Supplies)

YM3 C501: Correction of Certifications

YM3 C524: Controlled Industrial Material

YM3 C528: Specification Changes

YM3 D2.2: Marking of Shipments

YM3 D4: Preparation for Delivery (Commercially Packaged Items)

YM3 D8: Prohibited Packing Materials

YM3 E2: Inspection and Acceptance (Destination)

YM3 E504: Notice of Constructive Acceptance Period

YM3 F500: Consignment Instructions for Deliveries to the Portsmouth Naval Shipyard

YM3 H500: Special Provisions for Threaded Products

YM3 M8: Single Award for All Items

Quoters are reminded to include a completed copy of 52.212-3 and its ALT I if not updated in SAM.

This announcement will close on Friday, June 06, 2025, at 15:00pm est.

The Point of Contact for this solicitation is Mihaela Zouak who can be reached at

mihaela.zouak@dla.mil. All responsible sources may submit a quote which shall be considered by the agency. 

System for Award Management (SAM).  Quoters must be registered in the SAM database to be considered for award.  Registration is free and can be completed online at http://www.sam.gov/.

If not the actual manufacturer – Manufacturer’s Name, Location, and Business Size must be provided.

Please submit bids via email at mihaela.zouak@dla.mil and dla-kme-quotations@dla.mil.

All quotes shall include price(s), FOB point, a point of contact, name and phone number, GSA contract number if applicable, business size, whether or not your company prefers payment by Wide Area Workflow (WAWF). Please note that the Government’s terms for payment for this requirement are Net 30 Days AFTER acceptance of material. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements.

***** 06/06/2025 Amendment 1 

Amendment 1 incorporates clauses 

252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting (May 2024) (Deviation 2024-O0013)

252.204-7019, *See Attachment for this provision

252.204-7020,  NIST SP 800-171 DoD Assessment Requirements

******* END OF COMBINED SYNOPSIS/SOLICITATION ********

People

Points of Contact

Tasha DooleyPRIMARY

Files

Files

Download
Download
Download
Download
Download

Versions

Version 2Viewing
Combined Synopsis/Solicitation
Posted: Jun 6, 2025
Version 1
Combined Synopsis/Solicitation
Posted: May 28, 2025
View
Cap screws | GovScope