SCREW CAP HEXAGON
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) Weapons Support, Pearl Harbor, has issued a Combined Synopsis/Solicitation (RFQ SPMYM426Q3380) for Hexagon Head Bolts and Screws. This requirement is processed under Simplified Acquisition Procedures and is a Total Small Business Set-Aside. The agency seeks qualified sources to provide specific commercial items for high-reliability applications. Responses are due May 14, 2026, at 8:00 AM HST.
Scope of Work
The opportunity requires the supply of six distinct line items of 0.250"-20UNC-2A Hexagon Hex Head Bolts and Screws, ranging in length from 1.500" to 4.000". All items must be made from Corrosion Resistant Steel (CRES) per SAE AMS-QQ-S-763D and conform to MIL-DTL-1222J specifications, including specific part numbers (e.g., M1222RN4C240SANN). These fasteners are intended for applications demanding a high degree of reliability.
Contract Details
- Type: Combined Synopsis/Solicitation (Commercial Items, Simplified Acquisition Procedures)
- Set-Aside: Total Small Business Set-Aside
- FSC Code: 5305 (Screws)
- NAICS Code: 332722 (Bolt, Nut, Screw, Rivet, and Washer Manufacturing)
- Small Business Standard: 600 employees
- Place of Performance: Delivery to PEARL HARBOR NAVAL SHIPYARD IMF, Pearl Harbor, HI. FOB Destination is required.
Evaluation & Submission
- Evaluation Criteria: Lowest Price Technically Acceptable (LPTA). Vendor responsibility will be determined using PPIRS and in accordance with FAR 9.104.
- Required Submissions: Offerors must complete and include provisions 52.204-24, 52.204-26, 252.204-7016, and 252.204-7019 with their offer. Quotes must detail price(s), FOB point, Cage Code, a point of contact, business size under the NAICS Code, and preferred payment method (Government Commercial Purchase Card (GCPC) or Wide Area Workflow (WAWF)).
- Payment Terms: Net 30 Days after acceptance of material.
- Registration: Offerors must be registered in the System for Award Management (SAM).
- Submission Method: Email quotes to Kailie Thomas at kailie.m.thomas.civ@us.navy.mil.
Key Clauses & Requirements
The solicitation incorporates numerous FAR, DFARS, and DLAD clauses by reference and full text, including those related to supply chain security, quality assurance (ISO 9001/9002), and traceability. Specific local clauses address Traceable Objective Quality Evidence (OQE), Mercury Exclusion, and EU restrictions on wood packaging. Offerors must review the attached "II.S-4 Clauses Attachment- CIM.pdf" for full details.
Deadlines & Contact
- Response Due: May 14, 2026, 8:00 AM HST
- Point of Contact: Kailie Thomas, kailie.m.thomas.civ@us.navy.mil, 8084738000x6205.