VARIOUS FASTENERS - DRAWING REQUIRED
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 SPMYM326Q6045) for the procurement of various fasteners, including hex socket flat countersunk, hex socket cylindrical head, hex head self-locking, socket head, and socket flat countersunk cap screws. This requirement is a 100% Small Business Set-Aside with an evaluation based on Lowest Price Technically Acceptable (LPTA). Quotes are due by April 28, 2026, at 10:00 AM ET.
Scope of Work
The Portsmouth Naval Shipyard requires a range of specialized fasteners, each with detailed specifications regarding dimensions, materials (e.g., steel, NICUAL, alloy steel), manufacturing standards (e.g., FF-S-86J TY VI, ASTM F468, MIL-DTL-1222J TY II, ASTM A574, ASTM A354-19), and specific markings or treatments (e.g., self-locking, zinc plating). Quantities for individual screw types range from 28 to 76 units. Associated data requirements for each item include Certificates of Compliance (CDRL DI-MISC-81356A) and Certification Data/Reports (CDRL DI-MISC-80678, including chemical and mechanical test results).
Contract Details
- Opportunity Type: Combined Synopsis/Solicitation (RFQ SPMYM326Q6045)
- FSC/NAICS: 5305 (Screws) / 332722 (Bolt, Nut, Screw, Rivet, and Washer Manufacturing)
- Small Business Size Standard: 600 employees
- Set-Aside: 100% Small Business Set-Aside
- Evaluation Criteria: Lowest Price Technically Acceptable (LPTA), with vendor responsibility determined via PPIRS (FAR 9.104).
- Payment Terms: Net 30 Days after acceptance of material. Government Commercial Purchase Card (GCPC) or Wide Area Workflow (WAWF) are preferred payment methods.
- Place of Performance: Kittery, ME 03904, United States.
Submission Requirements & Deadlines
Offerors must submit descriptive literature demonstrating compliance with specifications and proof of traceability if not the manufacturer. The required "26Q6045 RFQ Required" paperwork must be completed and included. Failure to provide this information may lead to technical unacceptability. Quotes must include price(s), FOB point (Destination), Cage Code, point of contact, GSA contract number (if applicable), business size under the NAICS code, and preferred payment method. Offerors must be registered in SAM.gov and have a current NIST SP 800-171 DoD Assessment posted in SPRS. Drawings for specific items (e.g., Item 0005) are available upon request, requiring a valid DD Form 2345 and a signed security agreement for Naval Nuclear Propulsion Information.
Quotes are due by April 28, 2026, at 10:00 AM ET. Submissions should be emailed to jannell.moriarty@dla.mil and DLA-KME-QUOTATIONS@DLA.MIL.
Important Clauses & Provisions
Bidders must review and comply with numerous FAR, DFARS, DLAD, and Local clauses, including those related to telecommunications equipment, NIST SP 800-171 cybersecurity, supply chain security, and specific material restrictions (e.g., K-Monel). Offerors must complete attached provisions 252.204-7016 and 252.204-7019.