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 is soliciting quotations for SOCKET FLAT HEAD CAP SCREWS (FSC 5305) under a Combined Synopsis/Solicitation (RFQ). This requirement is a 100% Total Small Business Set-Aside (NAICS 332722, 600 employees) for the Portsmouth Naval Shipyard in Kittery, ME. The evaluation will be based on Lowest Price Technically Acceptable (LPTA) criteria. Quotations are due by February 13, 2026, at 2:00 PM ET.
Scope of Work
The Portsmouth Naval Shipyard requires 75 EA of SOCKET FLAT HEAD CAP SCREWS meeting specifications 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. The requirement also includes Data Requirements (Item 0002), specifically a Certificate of Compliance (CDRL DI-MISC-81356A) and a Chemical & Mechanical Certification / Data Report (CDRL DI-MISC-80678), including actual test results.
Contract Details
- Opportunity Type: Combined Synopsis/Solicitation (RFQ SPMYM326Q6026)
- Set-Aside: 100% Total Small Business Set-Aside
- NAICS: 332722 (Bolt, Nut, Screw, Rivet, and Washer Manufacturing)
- Small Business Size Standard: 600 employees
- FOB: Destination
- Payment Terms: Net 30 Days after acceptance of material; Government Commercial Purchase Card (GCPC) or Wide Area Workflow (WAWF) accepted.
Submission & Evaluation
- Evaluation Criteria: Lowest Price Technically Acceptable (LPTA). Vendor responsibility will be determined using PPIRS and FAR 9.104. Award may be made without discussions and based on the soonest delivery if the Required Delivery Date (RDD) is not met.
- Required Submissions:
- Complete the "26Q6026 RFQ Required" attachment.
- Submit descriptive literature demonstrating technical compliance.
- Provide proof of traceability if not the manufacturer.
- Complete FAR 52.212-3 and ALT I (if not updated in SAM).
- Complete DFARS 252.204-7016 and 252.204-7019.
- Include manufacturer's name, location, and business size if not the actual manufacturer.
- Quote details: price(s), FOB point, Cage Code, point of contact, GSA contract number (if applicable), business size, and preferred payment method.
- Cybersecurity & Compliance: Offerors must comply with NIST SP 800-171 DoD Assessment requirements (252.204-7019, 252.204-7020) and various security prohibitions (e.g., covered defense telecommunications equipment, Xinjiang Uyghur Autonomous Region).
- Submission Method: Email quotations to jannell.moriarty@dla.mil and DLA-KME-QUOTATIONS@DLA.MIL.
- Registration: Offerors must be registered and active in SAM.gov.
Key Dates & Contact
- Quotation Due Date: February 13, 2026, at 2:00 PM ET.
- Point of Contact: Jannell Moriarty (jannell.moriarty@dla.mil, 2074386395).