Cap Screws
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
DLA Maritime - Portsmouth is soliciting quotes for Cap Screws (FSC 5305, NAICS 332722) under a 100% Small Business Set-Aside. This Combined Synopsis/Solicitation (RFQ SPMYM326Q5036) seeks qualified sources to provide various fasteners. Quotes are due March 20, 2026, by 5:00 PM EDT.
Scope of Work
The requirement is for specific types of cap screws, including Hex Head Self-Locking Cap Screws, Hex Socket Flat Countersunk Head Cap Screws, and Socket Head Self-Locking Cap Screws. These items have detailed material, compliance (e.g., ASTM A354-17 Grade BD, MIL-DTL-18240F, FF-S-86J), and marking specifications. A Place of Manufacture/Country of Origin is required for each line item.
Mandatory data deliverables include Certificates of Compliance (CDRL DI-MISC-81356A) and Chemical & Mechanical Certification Reports (CDRL DI-MISC-80678). These certifications must include actual, quantitative test results and adhere to specification requirements, to be submitted "One Time" with the material under separate shipment numbers.
Contract Details
- Contract Type: Combined Synopsis/Solicitation for commercial items (Firm Fixed-Price implied).
- Set-Aside: 100% Small Business Set-Aside (NAICS 332722, Small Business Standard: 600 employees).
- Government Required Delivery Date (RDD): July 1, 2026. Offers not meeting or exceeding this RDD may be considered non-responsive.
- Payment Terms: Net 30 Days AFTER acceptance of material. Government Purchase Card (GPC) or Wide Area Workflow (WAWF) are accepted payment methods.
Submission & Evaluation
- Quote Due Date: March 20, 2026, 5:00 PM EDT.
- Submission Method: Email quotes to robert.dowdle@dla.mil and DLA-KME-QUOTATIONS@DLA.MIL.
- Required Documents & Information:
- Completed "26Q5036 RFQ Required" form from the Attachment Section.
- Completed provisions: 52.204-24, 52.204-26, 252.204-7016, and 252.204-7019.
- Completed FAR 52.212-3 and its Alternate I (if not updated in SAM).
- If not the actual manufacturer, provide the manufacturer's name, location, and business size.
- Quotes must include price(s), FOB point, Cage Code, point of contact, GSA contract number (if applicable), business size, and preferred payment method.
- Evaluation Criteria: Lowest Price Technically Acceptable (LPTA). Technical submissions must meet minimum requirements. The evaluation will be "All or None."
- Award: The Government intends to make an award without discussions.
- Eligibility: Offerors must be registered in SAM.gov. Joint venture offerors must submit specific representations as outlined in the solicitation. Vendor responsibility will be determined using PPIRS and screened in accordance with FAR 9.104.
Key Clauses & Provisions
Bidders must review all incorporated FAR, DFARS, DLAD, and Local Clauses and Provisions. These cover critical areas such as telecommunications and video surveillance equipment prohibitions, supply chain security, cybersecurity (NIST SP 800-171 DoD Assessments), and specific product requirements.