Opportunity

SAM #SPMYM426Q3380

Solicitation for Military-Spec Hex Head Bolts and Screws at Pearl Harbor Naval Shipyard

Buyer

DLA Maritime Pearl Harbor

Posted

May 12, 2026

Respond By

May 14, 2026

Identifier

SPMYM426Q3380

NAICS

332722, 423710

DLA Maritime - Pearl Harbor is seeking small business suppliers for hex head bolts and screws to support maintenance at Pearl Harbor Naval Shipyard. - Government Buyer: - Defense Logistics Agency (DLA) Maritime - Pearl Harbor, Weapons Support Office - Products/Services Requested: - Six line items of hex head bolts and screws - Each line item: 200 units - Part numbers: M1222RN4C240SANN, M1222RN4C232SANN, M1222RN4C248SANN, M1222RN4C256SANN, M1222RN4C264SANN, M1222RN4C224SANN - All items must meet MIL-DTL-1222J and SAE AMS-QQ-S-763D military specifications (corrosion-resistant steel, precise thread and length requirements) - Unique/Notable Requirements: - Offerors must provide traceable objective quality evidence and certifications with delivery - Total Small Business Set Aside - Evaluation based on Lowest Price Technically Acceptable (LPTA) - Delivery is FOB Destination to Pearl Harbor Naval Shipyard, Hawaii - OEMs: - No specific OEMs named; products must conform to military standards, allowing for multiple qualified manufacturers - Delivery/Performance Location: - Pearl Harbor Naval Shipyard, 667 Safeguard Street, Bldg 167-1 RECV, Pearl Harbor, HI 96860-5033

Description

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 13 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 SPMYM426Q3380. This solicitation documents and incorporates provisions and clauses in effect through FAC 2025-06 October 1, 2025, 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 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 Total 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.

DLA Weapons Support, Pearl Harbor requests responses from qualified sources capable of providing:

ITEM                                             QTY U/I           UNIT PRICE              TOTAL PRICE 0001                                               200     EA            __________              ___________ DESCRIPTION       SCREW,CAP,HEXAGON HEX HEAD BOLT, 0.250"-20UNC-2A X 2.500" LG MIL-DTL-1222J, P/N:M1222RN4C240SANN CRES, SAE AMS-QQ-S-763D ACQUISITION REQUIREMENTS: A) STUDS, BOLTS, SCREWS AND NUTS FOR APPLICATIONS WHERE A HIGH DEGREE OF RELIABILITY IS REQUIRED; GENERAL SPECIFICATION FOR MIL-DTL-1222J DTD 08DEC00; B) M1222RN4C240SANN; C) THRU L) N/A; M1) THRU M5) N/A; N) THRU P) NOT ALLOWED; Q) THRU T) N/A; U) ASTM D3951-18 (R 2023); V) THRU BB) N/A.

<!-- Additional items follow the same structure as above, omitted for brevity -->

NOTE: OFFERORS MUST COMPLETE THE ATTACHED PROVISIONS 52.204-24, 52.204-26, 252.204-7016, AND 252.204-7019 AND INCLUDE THE COMPLETED PROVISIONS WITH THEIR OFFER.

FAR CLAUSES AND PROVISIONS

52.204-7, System for Award Maintenance 52.204-9, Personal Identity Verification of Contractor Personnel 52.204-13, SAM Maintenance 52.204-19, Incorporation by Reference of Representations and Certifications 52.204-24* See Attachment for this provision 52.204-26* See Attachment for this provision 52.204-29 FASCSA Representation* See Attachment for this provision <!-- Additional clauses omitted for brevity -->

<!-- Additional sections follow the same pattern, omitted for brevity -->

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 MAY 14, 2026 8:00AM HST. The Point of Contact for this solicitation is Kailie Thomas, who can be reached at kailie.m.thomas.civ@us.navy.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/.

VALIDITY: UNTIL ___________________

Quoter Name:_________________________________

Email:_________________________________

Phone:_________________________________

Business Name:__________________________

Cage Code:______________________________

Small Business:_____or Large Business:______

Include shipping in the unit price of the item. We need FOB Destination to the address below:

PEARL HARBOR NAVAL SHIPYARD IMF 667 SAFEGUARD STREET, BLDG 167-1 RECV PEARL HARBOR, HI 96860-5033 UNITED STATES

ESTIMATED DELIVERY: ___________________ WEEK(S)

Please review and return your quote with the following information:

QUOTING AS MANUFACTURER? Yes __   No __

QUOTING AS: ___ AUTHORIZED DISTRIBUTOR   or   ___ THIRD PARTY DEALER

Name of Quoted Manufacturer __________________    MFG SIZE:  SB _   LG __

SAM CAGE CODE: ________________ DUNS #: ______________ TIN #: _______________

Please submit quotations via email at kailie.m.thomas.civ@us.navy.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). Please note that the Government’s terms for payment for this requirement are Net 30 Days AFTER acceptance of material. Please note, 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 ********

View original listing