SOCKET FLAT HEAD S/L 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 SPMYM326Q6040) for SOCKET FLAT HEAD S/L CAP SCREWS. This requirement is a 100% Total Small Business Set-Aside. The Portsmouth Naval Shipyard in Kittery, ME, requires 468 units of these specialized screws. Quotes are due by April 17, 2026, at 2:00 PM ET.
Scope of Work
The opportunity seeks 468 EA of SOCKET FLAT HEAD SELF-LOCKING CAP SCREWS. Specifications:
- Size: 1/4-20UNC-3A X 1.25" LONG
- Standard: MIL-DTL-1222J(MOD) TY-II
- Material: NICUAL QQ-N-286G GRADE-500 ANNEALED & AGE HARDENED
- Self-Locking: IAW MIL-DTL-18240F(l) TY-N
- Modifications to MIL-DTL-1222J: Thread length to be 5/8” long & key engagement to be 1/8” deep.
- Delivery: FOB Destination to Portsmouth Naval Shipyard, Kittery, ME. An "URGENT Best Delivery Date" is required.
Contract Details
- Type: Combined Synopsis/Solicitation (RFQ)
- Set-Aside: 100% Total Small Business Set-Aside (FAR 19.5)
- NAICS Code: 332722 (Small Business Size Standard: 600 employees)
- FSC Code: 5305 (Screws)
- Payment Terms: Net 30 Days AFTER material inspection and acceptance. Government Commercial Purchase Card (GCPC) or Wide Area Workflow (WAWF) are accepted. If GCPC is selected, a receiving report must be entered into WAWF.
Submission & Evaluation
- Quote Due: April 17, 2026, at 2:00 PM ET.
- Evaluation Criteria: Lowest Price Technically Acceptable (LPTA). Award may be made without discussions. Vendor responsibility will be determined using PPIRS and in accordance with FAR 9.104.
- Submission Method: Quotes must be submitted via email to both jannell.moriarty@dla.mil and DLA-KME-QUOTATIONS@DLA.MIL.
- Required Documents:
- Completed RFQ paperwork ("26Q6040 RFQ Required" attachment).
- Descriptive literature demonstrating compliance with specifications.
- Proof of traceability if not the manufacturer.
- Completed FAR 52.212-3 (and ALT I if not updated in SAM).
- Completed DFARS provisions 252.204-7016 and 252.204-7019.
- Indication of hazardous materials (MSDS if applicable).
- 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.
Key Compliance Requirements
Offerors must be registered and active in SAM.gov. Compliance with numerous FAR, DFARS, and DLA clauses is required, including those related to cybersecurity (NIST SP 800-171 assessment requirements), telecommunications equipment restrictions, supply chain traceability, and electronic invoicing via WAWF. Offerors must list the country of origin for each line item.