SCREW,CAP,SLF-LKG

SOL #: N0010426QNB60Solicitation

Overview

Buyer

Dept Of Defense
Dept Of The Navy
NAVSUP WEAPON SYSTEMS SUPPORT MECH
MECHANICSBURG, PA, 17050-0788, United States

Place of Performance

Place of performance not available

NAICS

Bolt (332722)

PSC

Screws (5305)

Set Aside

No set aside specified

Timeline

1
Posted
Feb 23, 2026
2
Last Updated
Feb 26, 2026
3
Submission Deadline
Mar 27, 2026, 8:30 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

The Department of the Navy, NAVSUP Weapon Systems Support Mechanicsburg, is soliciting proposals for the supply of Self-Locking Cap Screws (Product Service Code 5305). This requirement is designated as SPECIAL EMPHASIS material for crucial shipboard systems, demanding stringent quality and traceability. This is a Total Small Business Set-Aside. Proposals are due by March 27, 2026.

Scope of Work

This opportunity involves the manufacture and supply of specific self-locking cap screws, conforming to MIL-DTL-1222 and other referenced specifications (e.g., QQ-N-286, ASTM-A574, MIL-DTL-18240). The material is critical for shipboard systems, requiring robust quality control, testing, and traceability. Key aspects include:

  • Manufacturing to precise specifications, including size (5/16 inch diameter, 3/4 inches length), grade (500, QQ-N-286), and self-locking element per MIL-DTL-18240.
  • Mandatory testing certifications for Liquid Penetrant Inspection, Ultrasonic Inspection, and Wedge Tensile Tests, with specific approved laboratories for Slow Strain Rate Tensile Tests.
  • Strict configuration control, including procedures for waivers, deviations, and Engineering Change Proposals (ECPs).
  • Mercury-free material requirement.
  • Preservation, packaging, packing, and marking in accordance with MIL-STD 2073.

Contract & Timeline

  • Type: Solicitation (Emergency Acquisition Flexibilities apply)
  • Set-Aside: Total Small Business
  • Response Due: March 27, 2026, at 8:30 PM UTC
  • Published: February 26, 2026
  • FOB: Destination
  • Delivery: 180 days

Evaluation

NAVSUP WSS Mechanicsburg will consider past performance in the evaluation of offers, in accordance with FAR 13.106(a)(2).

Key Requirements & Action Items

  • Quality System: Contractors must maintain a quality system compliant with ISO-9001 (amplified herein) and ISO-10012 or ANSI-Z540.3 with ISO-17025. An alternate MIL-I-45208 with MIL-STD-45662 is acceptable.
  • Traceability & Certification: Extreme emphasis on traceability for Level I/SUBSAFE material, requiring unique identifiers and comprehensive certification data (CDRL DI-MISC-80678, DI-MISC-81020). Certification data must be submitted to Portsmouth Naval Shipyard via WAWF (Wide Area Work Flow) for review and acceptance prior to each shipment.
  • Drawings: Access to drawings must be requested on the SAM.gov solicitation page, followed by an email to the listed Point of Contact.
  • Production Lot Testing: Required within 30 days.
  • Contact: For inquiries, contact Heather R. Jones at HEATHER.R.JONES52.CIV@US.NAVY.MIL or 717-605-4866.

People

Points of Contact

HEATHER.R.JONES52.CIV@US.NAVY.MILPRIMARY

Files

Files

View
View

Versions

Version 2Viewing
Solicitation
Posted: Feb 26, 2026
Version 1
Solicitation
Posted: Feb 23, 2026
View
SCREW,CAP,SLF-LKG | GovScope