SCREW,CAP

SOL #: SPMYM226Q5487Solicitation

Overview

Buyer

DEPT OF DEFENSE
Defense Logistics Agency
DLA MARITIME - PUGET SOUND
BREMERTON, WA, 98314-5000, United States

Place of Performance

Bremerton, WA

NAICS

Bolt (332722)

PSC

Screws (5305)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)

Timeline

1
Posted
Feb 9, 2026
2
Last Updated
Feb 10, 2026
3
Submission Deadline
Feb 10, 2026, 10:00 PM

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 offers for SCREW,CAP and various related fasteners. This is a Total Small Business Set-Aside, Firm Fixed-Price supply contract for commercial items, with FOB Destination delivery to the Puget Sound Naval Shipyard in Bremerton, WA. Offers are due February 10, 2026, at 2:00 PM.

Scope of Work

This solicitation (SPMYM226Q5487) is for the procurement of SCREW, 3/4 CAP STEEL ST, with a quantity of 36 each, conforming to ASTM A574. Additional items include various sizes of CAP SCREWS (3/4 CAP, 7/8 CAP, 5/8 CAP) and a 7/8 HEX NUT, all requiring specific ASTM or SAE standards and certifications. Key requirements include marking for traceability (CD305), Vendor Shipment Module (VSM) usage (C20), and packaging/marking in accordance with ASTM-D-3951 (D17). Unique Item Identification (IUID) is required for items with a Government unit acquisition cost of $5,000 or more.

A mandatory Contract Data Requirements List (CDRL) specifies a "CERTIFICATION DATA REPORT" for chemical and mechanical (physical) properties for several Contract Line Items (CLINs). These reports, identified by Data Item Numbers A001-F001, must be submitted via Wide Area Work Flow (WAWF) as a one-time report per contract.

Contract & Timeline

  • Type: Firm Fixed-Price supply contract for commercial items, utilizing simplified acquisition procedures in accordance with FAR Parts 12 and 13.5.
  • Set-Aside: Total Small Business Set-Aside (FAR 19.5).
  • NAICS: 332722; Product Service Code (PSC): 5305 (Screws).
  • Place of Performance: FOB Destination delivery to Puget Sound Naval Shipyard, Bremerton, WA 98314-5001.
  • Response Due: February 10, 2026, at 2:00 PM.
  • Published: February 9, 2026.

Submission & Evaluation

To be considered for award, offerors must:

  • Complete pricing for each CLIN.
  • Provide CAGE code.
  • Complete all representations and certifications found in the solicitation.
  • Provide manufacturer information for proposed items.
  • Return all pages of the completed original solicitation package, signed.
  • Ensure current registration in the System for Award Management (SAM.gov).
  • Include lead time for delivery (FOB destination).

Evaluation will be based on Technical, Price, and Performance factors. If the contractor is required to implement NIST SP 800-171 (DFARS 252.204-7019), a current assessment (not more than 3 years old) is necessary. Items deemed Commercial Off The Shelf (COTS) are exempt from NIST SP 800-171, but must be identified to the contracting officer during the solicitation period. Payment will be made via Wide Area Work Flow (WAWF).

Additional Notes

All questions regarding the solicitation must be submitted via email to naomi.larson@dla.mil. Contractors must obtain a Defense Biometric Identification System (DBIDS) credential for base access, and all deliveries must pass through the base Truck Inspection Station.

People

Points of Contact

NAOMI LARSONPRIMARY

Files

Files

No files attached to this opportunity

Versions

Version 2
Solicitation
Posted: Feb 10, 2026
View
Version 1Viewing
Solicitation
Posted: Feb 9, 2026
SCREW,CAP | GovScope