DOUBLE END STUD
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 - PUGET SOUND is soliciting proposals for Double End Studs for delivery to the Puget Sound Naval Shipyard IMF in Bremerton, WA. This is a 100% Total Small Business Set-Aside using commercial and simplified acquisition procedures, resulting in a firm fixed-price supply contract. Offers are due March 19, 2026, at 2:00 PM Pacific Time.
Scope of Work
The opportunity requires the procurement of Double End Studs, specifically 1/2-13 UNC x 4 1/4" and 1/2-13 UNC x 4 3/4" sizes. These studs must be manufactured to MIL-DTL-1222, TY-III, Style B, Class A, Alloy 400, with material specification QQ-N-281. A specific part number, M1222ST3N8CB76NANN, is identified for the 4-3/4" length stud, configured as a Double End Stud, Alloy 400, As Formed or Stress Relieved, with 1/2" diameter and specific thread series (13UNC-5 Stud End / 13UNC-2A Nut End). The intended use is for general, high-temperature, high-strength, and corrosive environment applications requiring high reliability.
Contract Details
- Contract Type: Firm Fixed-Price supply contract.
- Set-Aside: 100% Total Small Business Set-Aside (FAR 19.5).
- Acquisition Procedures: Commercial and Simplified Acquisition (FAR Parts 12 and 13.5).
- Place of Performance/Delivery: PUGET SOUND NAVAL SHIPYARD IMF (N4523A), Bremerton, WA.
- Delivery Requirement: On or before March 23, 2026.
- Estimated Value: Over $15,000.00.
Submission Requirements
Offerors must submit a fully completed and signed Request for Quote (RFQ) package. Key submission elements include:
- CAGE CODE and FACILITY CAGE CODE.
- Company size (Small or Large Business).
- Identification of material as Commercial Item or Commercial-Off-The-Shelf (COTS). COTS items are exempt from NIST SP 800-171 requirements, but must be identified.
- Quoted LEAD TIME and/or delivery date.
- Completed pricing for each CLIN, quoted as FOB Destination Bremerton, WA.
- Manufacturer's name, CAGE code, country of manufacturing, and part number for each CLIN.
- Manufacturer's specification sheets (not copied/pasted).
- Redacted quote from the manufacturer/distributor.
- All representations and certifications.
- Current registration in SAM.gov.
- A Certification Data Report for Chemical and Mechanical (Physical) Properties (DI-MISC-82386) is a mandatory deliverable, to be attached in the Wide Area Workflow (WAWF) e-Business Suite.
- Traceability Clause CD-305, CIM, and Mercury Free Clause C542 apply. Defense Biometric Identification System (DBIDS) is required for base access.
Key Dates
- Solicitation Published: March 18, 2026.
- Offers Due: March 19, 2026, at 2:00 PM Pacific Time.
- Delivery Required: On or before March 23, 2026.
Contact Information
All questions and submissions must be sent via email to Vera Anderson at vera.anderson@dla.mil. Offerors are responsible for downloading the RFQ and monitoring the site for amendments.