HEX SOCKET FLAT COUNTERSUNK HEAD 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 has issued a Combined Synopsis/Solicitation (RFQ SPMYM326Q3114) for Hex Socket Flat Countersunk Head Capscrews. This is a 100% Small Business Set-Aside opportunity, seeking qualified sources to provide specific capscrews and associated data. The solicitation is prepared in accordance with FAR Part 12 for commercial items. Quotations are due by March 3, 2026, at 3:00 PM EST.
Scope of Work
This requirement includes the provision of:
- CLIN 0001 & 0003: Hex Socket Flat Countersunk Head Cap Screws, 82-degree included angle, 1.250-7UNRC-3A x 3.250 inches long, FF-S-86J Type-IV, made from NICUAL QQ-N-286G material.
- CLIN 0002 & 0004: Associated data requirements, as detailed in Exhibit A and Exhibit B, including Certificates of Compliance and Chemical & Mechanical Certifications with quantitative test results.
Delivery is required by September 27, 2026. Final inspection will occur at Destination or Origin, with specific QA terms (QA1, QA2, QA3, QA4) and acceptance periods (QA-4: 7 days; QA-2/3: 45 days). The Buy American Act applies for purchases over $10,000, and Free Trade Agreements for over $25,000.
Contract Details
- Opportunity Type: Combined Synopsis/Solicitation (RFQ SPMYM326Q3114)
- Set-Aside: 100% Small Business Set-Aside (FAR 19.5)
- FSC/NAICS: 5305 (Screws) / 332722 (Bolt, Nut, Screw, Rivet, and Washer Manufacturing)
- Small Business Size Standard: 600 employees
- Place of Performance: Portsmouth Naval Shipyard, Kittery, ME 03904
- Payment Terms: Net 30 days after material acceptance, via Government Purchase Card (GPC) or Wide Area Workflow (WAWF). FOB Destination pricing is requested.
Submission & Evaluation
- Response Due Date: March 3, 2026, 3:00 PM EST
- Submission Method: Email quotations to Emily.Kritzman@dla.mil and DLA-KME-QUOTATIONS@DLA.MIL.
- Evaluation Criteria: Lowest Price Technically Acceptable (LPTA). Offers will be screened for responsibility using SPRS and evaluated for technical acceptability against specifications. Award may be made without discussions.
- Required Submissions:
- Descriptive literature demonstrating compliance with specifications.
- Completed FAR provisions 252.204-7016 and 252.204-7019.
- Completed FAR 52.212-3 and its ALT I (if not updated in SAM).
- Quote details: price(s), FOB point, CAGE Code, point of contact, GSA contract number (if applicable), business size under NAICS, and preferred payment method.
- If not the manufacturer, provide manufacturer's name, location, and business size.
- Eligibility: Offerors must be registered and active in SAM.gov.
Key Clauses & Notes
This solicitation incorporates numerous FAR, DFARS, DLAD, and local clauses. Bidders should pay close attention to requirements concerning:
- Cybersecurity: NIST SP 800-171 DoD Assessment (DFARS 252.204-7019, 252.204-7020) and safeguarding covered contractor information systems (FAR 52.240-93).
- Supply Chain: Contractor retention of supply chain traceability documentation (DLA Note C03).
- Quality & Certification: Specific data requirements for Certificates of Compliance and Chemical & Mechanical Certifications (Exhibits A & B).
- Packaging & Marking: Local clauses YM3 D2.2, YM3 D4, YM3 D8.
- Single Award: Possibility of a single award for all items (YM3 M8).