SCREW,CAP,HEXAGON H
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, NAVSUP Weapon Systems Support Mechanicsburg, is soliciting for Hexagon Head Cap Screws (NSN 5305). This is a Total Small Business Set-Aside opportunity for the supply of critical "Special Emphasis Material" used in crucial shipboard systems. The procurement is issued under Emergency Acquisition Flexibilities. Proposals are due by December 8, 2025.
Scope of Work
This solicitation requires the manufacture and supply of 1/2 inch, 1 3/4 Inches, 13 UNC, Class 2A Hexagon Head Cap Screws with a self-locking element, conforming to MIL-DTL-1222 and specified conditions (Grade 500 (QQ-N-286), Solution Annealed and Age Hardened). These fasteners are designated as "Special Emphasis Material" due to their critical application in shipboard systems, where failure could lead to serious injury, loss of life, or loss of vital systems.
Key Requirements
Contractors must adhere to stringent quality assurance and traceability protocols. This includes maintaining a quality system compliant with ISO-9001 (or MIL-I-45208 as an alternate) and calibration systems per ISO-10012 or ANSI-Z540.3 (or MIL-STD-45662). Extensive testing is required, including Ultrasonic Inspection, Liquid Penetrant Inspection, and specific mechanical property tests for K-MONEL fasteners, with Slow Strain Rate Tensile Tests to be performed by approved laboratories. 100% inspection is mandated for material verification, traceability, NDT certifications, and legibility of markings. Traceability from material to certification test reports is paramount for Level I/SUBSAFE systems, requiring unique identification markings. All material must be mercury-free. Waivers, deviations, and Engineering Change Proposals (ECPs) require Contracting Officer approval.
Contract Details
- Type: Solicitation (DX-rated order under DPAS)
- Set-Aside: Total Small Business
- Delivery: 365 days from contract award. Early/incremental deliveries are acceptable. Certification data CDRLs are due 20 days prior to delivery.
- Payment: Via Wide Area Work Flow (WAWF). Certification data must be submitted to Portsmouth Naval Shipyard via WAWF for review and acceptance prior to each shipment.
- Warranty: One year from date of delivery for supplies of a noncomplex nature.
- Buy American Act: Applies (FEB 2024 clauses).
Evaluation & Submission
Offers will be evaluated considering past performance in accordance with FAR 13.106(a)(2) and DFARS 252.213-7000. Certification data must be submitted to Portsmouth Naval Shipyard via WAWF (Ship to N50286, Inspect by N39040, Accept by N39040) with email notification to PORT_PTNH_WAWF_Notification@navy.mil. No material is to be shipped without prior acceptance.
Additional Notes
This procurement leverages Emergency Acquisition Flexibilities. The Electronic Contractor Data Submission (ECDS) system (https://register.nslc.navy.mil/) is available for data submissions, questions, and waiver requests. Contact: FRANCINE.A.POMMELLS.CIV@US.NAVY.MIL.