SOCKET FLAT HEAD CAP SCREWS
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 - Portsmouth has issued a Combined Synopsis/Solicitation (RFQ SPMYM326Q6026) for Socket Flat Head Cap Screws and associated data requirements. This opportunity is a 100% Total Small Business Set-Aside. Quotes are due by February 13, 2026, at 2:00 PM ET.
Scope of Work
The Portsmouth Naval Shipyard requires 75 each of SOCKET FLAT HEAD CAP SCREWS (FF-S-86J, TYPE-IV, NICUAL, QQ-N-286G, ANNEALED AND AGE HARDENED, 1.250-7UNRC-3A x 3.250), as detailed in Attachment 1. Additionally, the requirement includes Data Requirements for a Certificate of Compliance (CDRL DI-MISC-81356A) and a Certification/Data Report (CDRL DI-MISC-80678), which must include actual test results.
Contract Details
- Opportunity Type: Combined Synopsis/Solicitation (RFQ SPMYM326Q6026)
- Set-Aside: 100% Total Small Business Set-Aside
- NAICS Code: 332722 (Small Business Size Standard: 600 employees)
- FSC Code: 5305 (Screws)
- Evaluation Criteria: Lowest Price Technically Acceptable (LPTA). Award may be made without discussions, and based on soonest delivery if the Required Delivery Date (RDD) is not met.
- Payment Terms: Net 30 days after inspection and acceptance. Government Commercial Purchase Card (GCPC) or Wide Area Workflow (WAWF) are accepted payment methods. FOB Destination terms are required.
Submission Requirements
Offerors must submit a complete quotation, including the required RFQ form titled "26Q6026 RFQ Required" (found in attachments). Submissions must include descriptive literature demonstrating compliance with specifications, proof of traceability if not the manufacturer, and completed provisions 252.204-7016 and 252.204-7019. Only one quote per vendor. Quotes should be emailed to jannell.moriarty@dla.mil and DLA-KME-QUOTATIONS@DLA.MIL.
Key Clauses & Compliance
This solicitation incorporates FAR Part 12, FAC 2025-06, and DFARS Change Notice 20251110. Key compliance areas include:
- Cybersecurity: Adherence to NIST SP 800-171 DoD Assessment Requirements (DFARS 252.204-7019, 252.204-7020) and safeguarding covered contractor information systems (FAR 52.240-93).
- Supply Chain: Restrictions on covered defense telecommunications equipment/services (DFARS 252.204-7016, 252.204-7018) and requirements for supply chain traceability documentation (DLA Procurement Note C03).
- Buy American Act: Compliance with FAR 52.225-1 and DFARS 252.225-7001. Vendor must list country of origin for each line item.
- SAM Registration: Offerors must be registered and active in SAM.gov.
- Data Requirements: Specific CDRLs (DI-MISC-81356A, DI-MISC-80678) for Certificate of Compliance and Certification/Data Report are mandatory.