Cap screws

SOL #: SPMYM325Q7004Combined 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
Jun 11, 2025
2
Submission Deadline
Jun 25, 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.

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 SPMYM325Q7004. This solicitation documents and incorporates provisions and clauses in effect through FAC 2025-04 June 11, 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 Wednesday, June 25, 2025, at 15:00 EST.
***
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: 09/27/2025

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 CAP SCREWS    16    EA    ___________    ____________
    
HEX HEAD CAP SCREWS 0.750-10UNC-2A X 2.500 IN. LONG. ASTM A354-17 GRADE-BD. *NOTE: ASTM A354 REVISIONS 2007 & 2011 ARE ACCEPTABLE.  CERTIFICATIONS ARE TO DELINEATE REVISION SUPPLIED*

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 CAP SCREWS    96    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 CAP SCREW    8    EA    ___________    ____________
    
HEX HEAD CAP SCREWS 0.625-11UNC-2A X 1.750 IN. LONG. ASTM A354-17 GRADE-BC (MOD). NOTE: MOD IS FASTENERS ARE REQUIRED TO BE ZINC PLATED IAW ASTM B633-23 TYPE-II & SC-2. *NOTE: ASTM A354 REVISIONS 2007 & 2011 ARE ACCEPTABLE. CERTIFICATIONS ARE TO DELINEATE REVISION SUPPLIED

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 CAP SCREWS    80    EA    ___________    ____________
    
SAME AS ITEM 0007

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).

0013    HEX HEAD CAP SCREWS    6    EA    ___________    ____________
    
HEX HEAD CAP SCREWS 0.750-10UNC-2A X 6.500 IN. LONG. ASTM A354-17 GRADE-BD.
*NOTE: ASTM A354 REVISIONS 2007 & 2011 ARE ACCEPTABLE. CERTIFICATIONS ARE TO
DELINEATE REVISION SUPPLIED*

0014    Data Requirements for Item 0010, Exh. E         1               SE           NSP           NSP
    See Exhibit “E” Seq E001: CDRL DI-MISC-81356A (Certificate of Compliance).

0015    Data Requirements for Item 0010, Exh. E         1               SE           NSP           NSP
    See Exhibit “E” Seq E002: CDRL DI-MISC-80678 (Certification/Data Report).

0016    HEX HEAD CAP SCREWS    30    EA    ___________    ____________
    
SAME AS ITEM 0013

0017    Data Requirements for Item 0016, Exh. F         1               SE           NSP           NSP
    See Exhibit “F” Seq F001: CDRL DI-MISC-81356A (Certificate of Compliance).

0018    Data Requirements for Item 0016, Exh. F         1               SE           NSP           NSP
    See Exhibit “F” Seq F002: 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
52.222-36 
    Prohibition of Segregated Facilities 
Equal Opportunity for Workers with Disabilities 
52.222-50    Combating Trafficking in Persons
52.223-11    Ozone Depleting Substances
52.225-3    Buy American-Free Trade Agreements
52.225-13 52.226-8    Restriction on Certain Foreign Purchases                     
Encouraging Contractor Policies to Ban Text Messaging While Driving
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
252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting (May 2024) (Deviation 2024-O0013)
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.
252.204-7019, *See Attachment for this provision.
252.204-7020,  NIST SP 800-171 DoD Assessment Requirements
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)
 
5452.233-9001, 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 Wednesday, June 25, 2025, at 15:00 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.

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

People

Points of Contact

Mihaela ZouakPRIMARY

Files

Files

Download
Download
Download

Versions

Version 1Viewing
Combined Synopsis/Solicitation
Posted: Jun 11, 2025
Cap screws | GovScope