Opportunity
SAM #SPMYM326Q6045
DLA Maritime Solicitation for Military-Grade Fasteners for Portsmouth Naval Shipyard
Buyer
DLA Maritime Portsmouth
Posted
April 21, 2026
Respond By
April 28, 2026
Identifier
SPMYM326Q6045
NAICS
332722
This opportunity from DLA Maritime - Portsmouth seeks small business suppliers for a range of specialized fasteners for use at Portsmouth Naval Shipyard. - Government Buyer: - Defense Logistics Agency (DLA) Maritime - Portsmouth, Contracting Division - Contract Specialist: Jannell Moriarty - OEMs and Vendors: - No specific OEMs are named; fasteners must comply with military and ASTM standards (e.g., MIL-DTL-18240F, MIL-DTL-1222J, ASTM F468, ASTM A574, ASTM A354-19, QQ-N-286G, FF-S-86J) - Products/Services Requested: - Multiple types of fasteners, including: - Hex socket flat countersunk head self-locking cap screws (steel, 0.625-11UNRC-3A x 1.500 in, 60 units) - Hex socket cylindrical head cap screws (Nicual, 1.000-8UNRC-3A x 6.375 in, 60 units) - Hex head self-locking cap screws (Nicual, 0.750-10UNC-2A x 2.000 in, 60 units) - Socket head cap screws (alloy steel, 0.625-11UNRC-3A x 1.750 in, 60 units) - Socket flat countersunk head cap screws (Nicual, 0.500-20UNRF-3A x 1.375 in, 76 units) - Hex head self-locking cap screws (steel, 0.625-11UNC-2A x 1.750 in, 28 units) - Data deliverables: Certificates of Compliance and Data Reports for several line items - Unique or Notable Requirements: - All fasteners must meet strict military and ASTM specifications for material, marking, self-locking features, and plating (where applicable) - Drawings will be provided upon request with proper security documentation - Offerors must submit descriptive literature and proof of traceability if not the manufacturer - Marking of fasteners, minimum elongation, and zinc plating required for certain items - Evaluation is based on Lowest Price Technically Acceptable (LPTA) - Delivery Location: - Portsmouth Naval Shipyard, Kittery, ME 03904 - Contracting Office: - DLA Maritime - Portsmouth, Portsmouth, NH 03801-5000
Description
Combined Synopsis/Solicitation Notice This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR part 12, using Simplified Acquisition Procedures found at (FAR 12.6), as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation SHALL be posted to SAM.gov. The RFQ number is (SPMYM326Q6045). This solicitation documents and incorporates provisions and clauses in effect through FAC 2026-01 March 13, 2026, and DFARS Change Notice (20251110). It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at this address: https://www.ecfr.gov, https://www.acquisition.gov/content/list-sections-affected, and http://www.acq.osd.mil/dpap/dars/change_notices.html. The FSC Code is 5305 and the NAICS code is 332722. The Small Business Standard is 600 employees. This requirement is being processed utilizing a 100% small business set-aside. Evaluation criteria is Lowest Price Technically Acceptable (LPTA). PPIRS will be used to determine vendor responsibility. Potential contractors will be screened for responsibility in accordance with FAR 9.104. Offerors are required to submit descriptive literature to show how their quotation meets the required specifications. If not the manufacturer, proof of traceability MUST be provided with quote. Interested parties MUST fill out the required request for quote paperwork found in the attachment section; it is titled, “26Q6045 RFQ Required”. Failure to provide this information may result in your quotation being determined technically unacceptable. The Portsmouth Naval Shipyard requests responses from qualified sources capable of providing: ITEM DESCRIPTION QTY U/I 0001 HEX SOCKET FLAT C’SUNK 60 EA HEX SOCKET FLAT C’SUNK HEAD SLF LKG CAP SCREW 82 DEGREE INCLUDED ANGLE, 0.625-11UNRC-3A X 1.500 IN. LG. MFR IAW FF-S-86J TY VI MOD. MOD IS MINIMUM 12% ELONGATION IN 4 DIA. MAT’L IS STEEL. SLF LKG IAW MIL-DTL-18240F AMEND 1 TYPE ANY. MARKINGS OF A MINIMUM (6) DOTS (APPROXIMATELY 0.032 DIA) RAISED OR DEPRESSED (APPROXIMATELY 0.010) SHALL BE PLACED ON THE HEAD OF THE FASTENER (TOP PREFERRED. SIDE LOCATION IF NECESSARY). 0002 DATA REQUIREMENTS FOR CLIN 0001 1 EA A001 EXHIBIT A, SEQ A001 SEE EXHIBIT “A” SEQ A001: CDRL DI-MISC-81356A (CERTIFICATE OF COMPLIANCE) DATA REQUIREMENTS FOR CLIN 0001 1 EA A002 EXHIBIT A, SEQ A002 SEE EXHIBIT “A” SEQ A002: CDRL DI-MISC-80678 (CERTIFICATE / DATA REPORT) 0003 HEX SOCKET (CYLINDRICAL) HEAD C/S 60 EA HEX SOCKET (CYLINDRICAL) HEAD CAP SCREW, 1.000-8UNRC-3A X 6.375 IN. LG. MFR IAW FF-S86J TY VI. MAT’L IS NICUAL, QQ-N-286G. 0004 DATA REQUIREMENTS FOR CLIN 0001 1 EA B001 EXHIBIT B, SEQ B001 SEE EXHIBIT “B” SEQ B001: CDRL DI-MISC-81356A (CERTIFICATE OF COMPLIANCE) DATA REQUIREMENTS FOR CLIN 0001 1 EA B002 EXHIBIT B, SEQ B002 SEE EXHIBIT “B” SEQ B002: CDRL DI-MISC-80678 (CERTIFICATE / DATA REPORT) 0005 HEX HEAD SLF LKG CAP SCREW 60 EA HEX HEAD SLF LKG CAP SCREW 0.750-10UNC-2A X 2.000 IN. LG. MFR IAW ASTM F468. MAT’L IS NICUAL, GRADE 500, QQ-N-286G. SLF LKG IAW MIL-DTL-18240F AMEND 1 TYPE ANY. MARKINGS OF MINIMUM (6) DOTS (APPROXIMATELY 0.032 DIA) RAISED OR DEPRESSED (APPROXIMATELY 0.010) SHALL BE PLACED ON THE HEAD OF THE FASTENER (TOP PREFERRED. SIDE LOCATION IF NECESSARY). ** NOTE HEAD TO BE DRILLED IAW DWG 7066784 REV XA, SHEET 13, DETAIL 13-5C NOTE: Drawings to be provided separately upon request and receipt of a valid DD Form 2345 and signed security agreement. 0006 DATA REQUIREMENTS FOR CLIN 0007 1 EA C001 EXHIBIT C, SEQ C001 SEE EXHIBIT “C” SEQ C001: CDRL DI-MISC-81356A (CERTIFICATE OF COMPLIANCE) DATA REQUIREMENTS FOR CLIN 0007 1 EA C002 EXHIBIT C, SEQ C002 SEE EXHIBIT “C” SEQ C002: CDRL DI-MISC-80678 (CERTIFICATE / DATA REPORT) 0007 SOCKET HEAD CAP SCREW 60 EA SOCKET HEAD CAP SCREW 0.625-11UNRC-3A X 1.750 IN. LG. MFR IAW ASTM A574 (MOD). MOD IS MINIMUM 12% ELONGATION 4 DIA. MAT’L IS ALLOY STEEL. 0008 DATA REQUIREMENTS FOR CLIN 0010 1 EA D001 EXHIBIT D, SEQ D001 SEE EXHIBIT “D” SEQ D001: CDRL DI-MISC-81356A (CERTIFICATE OF COMPLIANCE) DATA REQUIREMENTS FOR CLIN 0010 1 EA D002 EXHIBIT D, SEQ D002 SEE EXHIBIT “D” SEQ D002: CDRL DI-MISC-80678 (CERTIFICATE / DATA REPORT) 0009 SOCKET FLAT COUNTERSUNK HEAD 76 EA SOCKET FLAT COUNTERSUNK HEAD CAP SCREW, 0.500-20UNRF-3A X 1.375 IN. LG MFR IAW MIL-DTL-1222J TY II. MAT’L IS NICUAL, QQ-N-286G 0010 DATA REQUIREMENTS FOR CLIN 0013 1 EA E001 EXHIBIT E, SEQ E001 SEE EXHIBIT “E” SEQ E001: CDRL DI-MISC-81356A (CERTIFICATE OF COMPLIANCE) DATA REQUIREMENTS FOR CLIN 0013 1 EA E002 EXHIBIT E, SEQ E002 SEE EXHIBIT “E” SEQ E002: CDRL DI-MISC-80678 (CERTIFICATE / DATA REPORT) 0011 HEX HEAD SLF LGK CAP SCREW 28 EA HEX HEAD SLF LKG CAP SCREW 0.625-11UNC-2A X 1.750 IN. LG. MFR IAW ASTM A354-19(MOD). GRADE BC. MOD IS ZINC PLATING IAW ASTM B633-19 SC-2, TY-II. MAT’L IS STEEL. SLF LKG IAW MIL-DTL-18240F AMEND 1 TYPE ANY. MARKINGS OF MINIMUM (6) DOTS (APPROXIMATELY 0.032 DIA) RAISED OR DEPRESSED (APPROXIMATELY 0.010) SHALL BE PLACED ON THE HEAD OF THE FASTENER (TOP PREFERRED. SIDE LOCATION IF NECESSARY). 0012 DATA REQUIREMENTS FOR CLIN 0019 1 EA 001 EXHIBIT F, SEQ F001 SEE EXHIBIT “F” SEQ F001: CDRL DI-MISC-81356A (CERTIFICATE OF COMPLIANCE) DATA REQUIREMENTS FOR CLIN 0019 1 EA F002 EXHIBIT F, SEQ F002 SEE EXHIBIT “F” SEQ F002: CDRL DI-MISC-80678 (CERTIFICATE / DATA REPORT) Note: Offerors must complete the attached provisions 252.204-7016, and 252.204-7019 and include the completed provisions with their offer. FAR Clauses and Provisions 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements 52.204-7, System for Award Maintenance 52.204-9, Personal Identity Verification of Contractor Personnel 52.204-10, Reporting Executive Compensation 52.204-13, SAM Maintenance 52.204-19, Incorporation by Reference of Representations and Certifications 52.209-6, Protecting the Government's Interest 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations 52.211-14, Notice of Priority Rating 52.211-15, Defense Priority And Allocation Requirements 52.212-1, Instructions to Offerors - Commercial Products and Services 52.212-4, Contract Terms and Conditions – Commercial Items 52.219-1 Alt 1, Small Business Program Representations 52.219-6, Notice of Total Small Business Set-Aside 52.219-28, Post-Award Small Business Program Representation 52.222-3, Convict Labor 52.222-19, Child Labor 52.222-50, Combating Trafficking in Persons 52.223-11, Ozone Depleting Substances 52.225-1, Buy American-Supplies 52.225-13, Restriction on Certain Foreign Purchases 52.226-8, Encouraging Contractor Policies to Ban Text Messaging While Driving 52.232-33, Payment by EFT-SAM 52.232-36, Payment by Third Party 52.232-39, Unenforceability of Unauthorized Obligations 52.232-40, Providing Accelerated Payments to Small Business Subcontractors 52.233-2, Service of Protest 52.233-3, Protest After Award 52.233-4, Applicable Law for Breach of Contract Claim 52.242-13, Bankruptcy 52.242-15, Stop Work Order 52.243-1, Changes Fixed Price 52.246-1, Contractor Inspection Requirements 52.247-34, F.O.B-Destination 52.247-64, Preference for Privately Owned US-Flag Commercial Vessels 52.252-1, Solicitation Provisions Incorporated by Reference 52.252-2, Clauses Incorporated by Reference 52.253-1, Computer Generated Forms DFARS Clauses and Provisions 252.203-7000, Requirements Relating to Compensation of Former DoD Officials 252.203-7002, Requirement to Inform Employees of Whistleblower Rights 252.203-7005, Representation Relating to Compensation of Former DoD Officials 252.204-7003, Control of Government Personnel Work Product 252.204-7004, Antiterrorism Awareness Training for Contractors 252.204-7008, Compliance With Safeguarding Covered Defense Information Controls 252.204-7009, Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting (May 2024) (Deviation 2024-O0013) 252.204-7015, Disclosure of Information to Litigation Support Contractors 252.204-7016, See Attachment for this provision. 252.204-7017, Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services-Representation 252.204-7018, Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services 252.204-7019, *See Attachment for this provision. 252.204-7020, NIST SP 800-171 DoD Assessment Requirements 252.204-7024, Notice on the Use of the Supplier Performance Risk System 252.209-7999, Representation by Corporations regarding an Unpaid Delinquent Tax Liability 252.211-7003, Item Unique Identification and Valuation 252.213-7000, Notice to Prospective Suppliers on Use of Supplier Performance Risk System in Past Performance Evaluations 252.223-7006, Prohibition on Storage, Treatment, and Disposal of Toxic or Hazardous Materials 252.223-7008, Prohibition of Hexavalent Chromium 252.225-7001, Buy American and Balance of Payments Program 252.225-7002, Qualifying Country Sources as Subcontractors 252.225-7048, Export Controlled Items 252.225-7059, Prohibition on Certain Procurements from the Xinjiang Uyghur Autonomous Region - Representation 252.225-7060, Prohibition on Certain Procurements from the Xinjiang Uyghur Autonomous Region 252.231-7000, Supplemental Cost Principles 252.232-7003, Electronic Submission of Payment Requests 252.232-7006, Wide Area Workflow Payment Instructions *See Attachment for Full Text 252.232-7010, Levies on Contract Payments 252.243-7001, Pricing of Contract Modifications 252.243-7002, Requests for Equitable Adjustment 252.244-7000, Subcontracts for Commercial Items 252.247-7023, Transportation of Supplies By Sea Note: Vendor shall list the country of origin for each line item. DLAD Clauses and Provisions (See Attachment for Full Text) 5452.233-9001, Disputes: Agreement to Use Alternative Disputes Resolution DLA Procurement Notes (See Attachment for Full Text) C02 Manufacturing Phase-Out or Discontinuation of Production, Diminishing Sources, and Obsolete Materials or Components (DEC 2016) C03 Contractor Retention of Supply Chain Traceability Documentation (MAR 2023) C04 Unused Former Government Surplus Property (DEC 2016) C14 Repackaging or Relabeling to Correct Deficiencies (AUG 2017) C20 Vendor Shipment Module (VSM) (AUG 2017) E05 Product Verification Testing (JUN 2018) G01 Additional Wide Area Workflow (WAWF) Information (AUG 2017) H10 Requires No Access to DLA Controlled Technical Data or Information for Contract Performance (FEB 2020) L06 Agency Protests (DEC 2016) L08 Use of Supplier Performance Risk System (SPRS) in Past Performance Evaluations L31 Additive Manufacturing (JUN 2018) M05 Evaluation Factor for Unused Former Government Surplus Property (SEP 2016) Local Clauses (See Attachment for Full Text): YM3 A1: Additional Information YM3 A3: Government Purchase Card Method of Payment Additional Info YM3 C500: Mercury Control (Supplies) YM3 C501: Correction of Certifications YM3 C524: Controlled Industrial Material YM3 C528: Specification Changes YM3 C531: Restrictions on K-Monel YM3 D2.2: Marking of Shipments YM3 D4: Preparation for Delivery YM3 D8: Prohibited Packing Materials YM3 E2: Inspection and Acceptance (Destination) YM3 E504: Notice of Constructive Acceptance Period YM3 F500: Consignment Instructions for Deliveries to the Portsmouth Naval Shipyard YM3 H500: Special Provisions for Threaded Products YM3 M8: Single Award for All Items Quoters are reminded to include a completed copy of 52.212-3 and its ALT I if not updated in SAM. This announcement will close (4/28/2026 10AM ET). The Point of Contact for this solicitation is (Jannell Moriarty) who can be reached at jannell.moriarty@dla.mil. All responsible sources may submit a quote which shall be considered by the agency. System for Award Management (SAM). Quoters must be registered in the SAM database to be considered for award. Registration is free and can be completed online at http://www.sam.gov. If not the actual manufacturer – Manufacturer’s Name, Location, and Business Size must be provided. Please submit quotations via email at jannell.moriarty@dla.mil. Quotes also to: DLA-KME-QUOTATIONS@DLA.MIL All quotes shall include price(s), FOB point, Cage Code, a point of contact, name and phone number, GSA contract number if applicable, business size under the NAICS Code, whether or not your company prefers payment by Government Commercial Purchase Card (GCPC) or Wide Area Workflow (WAWF). The Government’s terms for payment are Net 30 Days after acceptance of material. If selecting GPC, the Government does NOT utilize third-party payment entities (Zelle, Venmo, PayPal, etc.). Each response must clearly indicate the capability of the quoter to meet all specifications and requirements. *If selecting GCPC as the preferred method of payment, please be advised that per DFARS 232.7002, a receiving report MUST be entered into WAWF. ****** End of Combined Synopsis/Solicitation ********