SCREW, CAP
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 Department of the Navy, specifically NAVSUP FLT LOG CTR PUGET SOUND, has issued a solicitation for SCREW, CAP (NSN 5305-01-483-0697) to be delivered to Bremerton, WA. This is a Total Small Business Set-Aside opportunity, anticipating a firm, fixed-price contract for the supply of hex head screws made from SAE-AMS5663 Nickel Alloy 718. Offers are due by April 24, 2026, at 12:00 PM Local Time.
Scope of Work
This requirement is for SCREW, CAP, HEAD: HEX, DWG: 524240 REV F, SIZE: 0.750"-10UNC-2A X 2.281" LG, BEARING SURFACE: WASHER FACED, MATL: SAE-AMS5663 NICKEL ALLOY 718, NSN 5305-01-483-0697. The solicitation specifies quantities for CLINs 0001 through 0005. Deliverables must comply with ASTM-D-3951 for packaging and marking, including specific information such as NSN, noun nomenclature, quantity, contract number, and origin/destination. Items also require unique item identification (UII) in accordance with DFARS 252.211-7003.
Contract & Timeline
- Contract Type: Firm, fixed-price.
- Set-Aside: Total Small Business (NAICS Code: 332722, Size Standard: 600).
- Solicitation Issue Date: April 14, 2026.
- Offer Due Date: April 24, 2026, 12:00 PM Local Time.
- Questions Deadline: 1 day prior to the solicitation closing date, via email to the Contracting Official.
- Period of Performance: Delivery is required on or before July 1, 2026, for all CLINs.
- Contact: HALEY AUSTIN (HALEY.M.AUSTIN3.CIV@US.NAVY.MIL).
Evaluation
Award will be based on an evaluation of technical factors (including delivery date), price, and past performance, with no order of relative importance specified. The government reserves the right to make a single award for all items. Offerors must note any exceptions to the solicitation's terms, conditions, specifications, or Statement of Work.
Additional Notes
Offerors must be registered in the SAM.gov system. Inspection and acceptance will be performed at destination (IAWPWS). The FOB details are Government Origin (Shipping Point), meaning contractors are not authorized to arrange for transportation or pay transportation costs. Invoices will be submitted via WAWF.