CAPSCREWS
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 is soliciting quotations for CAPSCREWS through a Combined Synopsis/Solicitation (RFQ SPMYM326Q8011). This requirement is a 100% Total Small Business Set-Aside for the procurement of various Hex Head and Socket Head Cap Screws. The opportunity is assigned FSC 5305 (Screws) and NAICS 332722 (Bolt, Nut, Screw, Rivet, and Washer Manufacturing) with a 600-employee size standard.
Scope of Work
The Portsmouth Naval Shipyard requires a range of cap screws, including:
- Hex Head Cap Screws: Various sizes and lengths, manufactured to ASTM A354 (Grades BC/BD), MIL-DTL-1222J Type-I, with some requiring zinc plating per ASTM B633-19.
- Hex Head Self-Locking Cap Screws: Various sizes and lengths, manufactured to ASTM A354, MIL-DTL-18240F, with zinc plating and specific head markings.
- Socket Head Self-Locking Cap Screws: Various sizes and lengths, manufactured to MIL-DTL-1222J Type II, using NICUAL QQ-N-286G material, and MIL-DTL-18240F self-locking features with head markings.
- Socket Head Cap Screws: Manufactured to FF-S-86J Type VI, using A286 heat and corrosion-resistant steel, with drilled heads.
Deliverables also include Data Requirements for a Certificate of Compliance (CDRL DI-MISC-81356A) and a Certification/Data Report (CDRL DI-MISC-82386) for chemical and mechanical tests, requiring actual quantitative test results.
Contract Details & Submission
- Contract Type: Combined Synopsis/Solicitation (RFQ).
- Set-Aside: 100% Total Small Business Set-Aside.
- Payment Terms: Net 30 Days AFTER acceptance of material.
- FOB Point: Destination.
- Required Documentation: Offerors must submit descriptive literature demonstrating compliance with specifications, complete provisions 252.204-7016, 252.204-7019, and 52.212-3 (and ALT I).
- Quote Content: Must include price(s), FOB point, Cage Code, point of contact, GSA contract number (if applicable), business size under NAICS, preferred payment method (GCPC or WAWF), and country of origin for each line item.
- SAM Registration: Required for award consideration. If not the manufacturer, provide manufacturer's name, location, and business size.
Evaluation Criteria
Award will be based on Lowest Price Technically Acceptable (LPTA). Vendor responsibility will be screened using PPIRS and in accordance with FAR 9.104.
Key Deadlines & Contact
- Quotations Due: March 27, 2026, at 12:00 PM EST.
- Submission Email: sam.aiguier@dla.mil and DLA-KME-QUOTATIONS@DLA.MIL.
- Point of Contact: Sam Aiguier (sam.aiguier@dla.mil).