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 Defense Logistics Agency (DLA) Maritime Puget Sound is soliciting proposals for the procurement of various SCREW, CAP and HEX NUT items. This is a Total Small Business Set-Aside opportunity, utilizing commercial and simplified acquisition procedures. The resultant award will be a firm fixed-price supply contract for FOB Destination delivery to the Puget Sound Naval Shipyard in Bremerton, WA. Offers are due by February 11, 2026, at 08:00 AM.
Scope of Work
This solicitation requires the supply of specific fasteners, including:
- SCREW, CAP, SOCKET HEAD: 3/4-10 UNC-2A X 2.00 L, 7/8-9 UNC-2A X 3.50 L, 7/8-9 UNC-2A X 5.00 L, and 5/8-11 UNC-2A X 6.25L, all conforming to ASTM A574.
- SCREW, HEX HEAD: 5/8-11 UNC-2A X 4.25L, SAE J429 GRADE 8.
- NUT, HEX: 7/8-9 UNC-2B, ASTM A194 GRADE 2H.
All items require marking in accordance with MIL-STD-129 and certifications traceable to material. Certification Data Reports (CDRL) for chemical and mechanical properties (DI-MISC-82386) are mandatory for various CLINs and must be submitted via Wide Area Workflow (WAWF).
Contract Details
- Contract Type: Firm Fixed-Price Supply Contract
- Set-Aside: Total Small Business (FAR 19.5)
- NAICS Code: 332722 (Size Standard: 600 employees)
- Product Service Code (PSC): 5305 (Screws)
- Delivery: FOB Destination to Puget Sound Naval Shipyard, Bremerton, WA, with a delivery date of February 27, 2026, for most items.
- NIST SP 800-171: Required for contractors unless items are Commercial Off The Shelf (COTS) and identified as such during the bid.
- Payment: Via Wide Area Work Flow (WAWF).
Submission Requirements
Offerors must:
- Complete pricing for each CLIN.
- Provide CAGE code and manufacturer information.
- Complete all representations and certifications.
- Return the signed original solicitation package.
- Ensure current registration in SAM.gov.
- Include lead time for delivery (FOB destination).
- Submit offers electronically by the due date.
- Vendors offering "equal-to" material must include manufacturer specifications for technical evaluation.
- All questions must be submitted via email to naomi.larson@dla.mil.
Evaluation & Eligibility
Award will be based on Technical, Price, and Performance factors. Contractors will need a Defense Biometric Identification System (DBIDS) credential for base access, and all deliveries must pass through the base Truck Inspection Station.
Contact Information
Primary Point of Contact: NAOMI LARSON, naomi.larson@dla.mil, 3855919078.