NUT, HEX
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 HEX NUTS (7/8"-9UNC-2B, CRES Grade 316/316L) under a 100% Total Small Business Set-Aside. This is a Firm Fixed-Price supply contract for delivery to the Puget Sound Naval Shipyard IMF in Bremerton, WA. Proposals are due by March 28, 2026, at 01:00 PM.
Scope of Work
The opportunity requires the procurement of 600 HEX NUTS, specifically 7/8"-9UNC-2B, Corrosion Resistant Steel Grade 316/316L, Condition CW. These must conform to ASTM F594 / MIL-DTL-1222 specifications. Key deliverables include:
- CLIN 0001: 600 HEX NUTS.
- CLIN 0002AA: A CERTIFICATION DATA REPORT (DI-MISC-82386) for Chemical and Mechanical (Physical) Properties, to be submitted via Wide Area WorkFlow (WAWF). This report must provide actual values per procurement specifications and be traceable to material via unique markings.
Contract Details
- Contract Type: Firm Fixed-Price Supply Contract
- Set-Aside: 100% Total Small Business Set-Aside (FAR 19.5)
- NAICS Code: 332722 (Small Business Size Standard: 600 employees)
- Product Service Code: 5310 (Nuts And Washers), with 5640 for the Certification Data Report.
- Place of Performance: Puget Sound Naval Shipyard IMF, Bremerton, WA, United States.
- Delivery: Required by April 10, 2026, for both line items, FOB Destination.
- Inspection: QA 4-7 days at destination for CLIN 0001; QA 2-45 days for CLIN 0002AA at Puget Sound Naval Shipyard IMF.
- Payment: Electronic submission via WAWF for invoices and receiving reports (required for awards over $15,000).
- NIST SP 800-171: Required if the contractor is not providing Commercial Off The Shelf (COTS) items. COTS items are exempt, but must be identified to the contracting officer.
Submission Requirements
Offers must be fully completed and signed, including:
- Completed solicitation form (Box 17A, Box 28 read, Box 30 a, b, c signed).
- CAGE Code and Facility CAGE Code.
- Company size (Small or Large Business).
- Indication if material is Commercial Item and/or Commercial-of-the-Shelf (COTS).
- Annotated Lead Time and/or delivery date.
- Pricing for each CLIN (FOB Destination Bremerton, WA).
- Manufacturer's name, CAGE Code, country of manufacturing, and part number for each CLIN.
- Manufacturer's specification sheets (copied/pasted not accepted).
- Redacted quote and email from the manufacturer/distributor.
- All representations and certifications.
- Return all pages of the completed original solicitation package.
- Current SAM.gov registration.
- Traceability to the manufacturer and part number (e.g., letter from authorized dealer, RFQ/quotation from approved source).
Evaluation & Award
Offers will be evaluated based on Technical, Price, and Performance factors. Failure to submit a complete and timely quote may result in rejection.
Key Dates & Contact
- Proposal Due Date: March 28, 2026, at 01:00 PM
- Delivery Required By: April 10, 2026
- Contact: Vera Anderson (vera.anderson@dla.mil) for all questions and submissions.