SCREW, CAP, SOCKET HE
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 - Pearl Harbor is soliciting proposals for CAP SCREW items, specifically Hexagon Head and Socket Head Cap Screws. This is a Firm-Fixed-Price solicitation (SPMYM426Q3113) set aside for Total Small Businesses. The requirement includes two distinct screw types with specific material and certification requirements. Offers are due February 13, 2026, at 11:00 AM Hawaii Standard Time.
Scope of Work
This solicitation seeks to procure two types of cap screws:
- Item 0001: 2,000 each of Hexagon Head Cap Screws (3/8"-16UNC-2A X 2-1/2" LG) conforming to MIL-DTL-1222J, Type 1, CRES 304 Cond A, and SAE-AMS-QQ-763D. Requirements include commercial packaging per ASTM D-3951-18 and being mercury-free.
- Item 0002: 5 each of Socket Head Cap Screws (0.375-16UNRC-3A X 2.750) conforming to FF-S-86 Type 6, MIL-DTL-18240 NICUAL, and QQ-N-286G. Critical requirements for this item include material certification (Para 3.1 & 4.3.4), K-Monel heat review acknowledgement, self-locking element requirements, chemical analysis and mechanical properties test reports, and a Certificate of Conformance (COC). Material must be manufactured per FF-S-86G (or later revision) and bear a "K" material marking.
- Controlled Industrial Material (CIM) Requirement: Applicable to Item 000201, requiring traceable objective quality evidence (OQE) and two copies of certification.
- Alternate parts are not acceptable for this requirement.
Contract Details
- Solicitation Number: SPMYM426Q3113
- Contract Type: Firm-Fixed-Price for commercial products and services.
- Set-Aside: Total Small Business Set-Aside (FAR 19.5).
- Issue Date: February 10, 2026.
- Offer Due Date: February 13, 2026, at 11:00 AM Hawaii Standard Time.
- Place of Delivery: Pearl Harbor.
- Payment: Will be made via Wide Area WorkFlow (WAWF).
Submission & Evaluation
Offerors must complete and submit the attached Solicitation No. SPMYM4-26-Q-3113 via email to wongduean.a.guajardo.civ@us.navy.mil. If the quotation is not submitted on SF 1449, the offeror must include a statement confirming agreement with all terms, conditions, and provisions of the solicitation. Quotations will be evaluated based on the following factors:
- Technical Acceptability: Evaluated first; if deemed unacceptable, price will not be considered.
- Delivery
- Price Award will be made to the responsible offeror whose offer is most advantageous to the Government. Quotations must represent a firm-fixed price, and post-award price increases or counteroffers will not be considered. Vendors must ensure their quoted price includes all costs, including manufacturing, materials, and delivery.
Key Requirements for Offerors
- Complete and submit the solicitation document, including 52.209-1 Qualification Requirements.
- Provide SAM registration, CAGE code, DUNS number, and Tax ID.
- All questions regarding this RFQ must be submitted electronically to Ms. Wongduean Guajardo at the email address provided.