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 SPMYM326Q8001. This solicitation documents and incorporates provisions and clauses in effect through FAC 2025-06 October 1, 2025 and DFARS Public 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 and 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 . This requirement is being processed utilizing 100% Small Business Set-Aside.
Solicitation closes on Friday, December 17, 2025, and 12:00 est.
***
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. Failure to provide this information may result in your quotation being determined technically unacceptable.
Quotes must be e-mailed to sam.aiguier@dla.mil and also DLA-KME-QUOTATIONS@DLA.MIL
Your Company Info:
Phone:
Email:
Cage Code:
Ship to:
Portsmouth Naval Shipyard
Receiving Officer
BLDG 170
Kittery, ME 03904
The Portsmouth Naval Shipyard requests responses from qualified sources capable of providing:
ITEM DESCRIPTION QTY U/I UNIT PRICE TOTAL PRICE
0001 FLAT SOCKET HEAD CAPSCREW S/L 1 EA __________ ___________
FLAT SOCKET HEAD SELF-LOCKING CAPSCREW, 3/4-10UNC-2A X 1-1/8 IN LG. MIL-DTL-1222J
TYPE-II. NOTE: FULL FORMED THREAD LENGTH OF 3/8" ONLY IS REQUIRED. MATERIAL TO
BE NICKEL-COPPER-ALUMINUM ALLOY QQ-N-286G. MINIMUM YIELD MUST BE 90,000 PSI.
MAKE SELF-LOCKING IA W MIL-DTL-18240F(l) 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 FLAT SOCKET HEAD CAPSCREW S/L 590 EA __________ ___________
FLAT SOCKET HEAD SELF-LOCKING CAPSCREW, 3/4-10UNC-2A X 1-3/4 IN LG. MIL-DTL-1222J
TYPE-II. NOTE: FULL FORMED THREAD LENGTH OF 1" ONLY IS REQUIRED. MATERIAL TO
BE NICKEL-COPPER-ALUMINUM ALLOY QQ-N-286G. MINIMUM YIELD MUST BE 90,000 PSI.
MAKE SELF-LOCKING IA W MIL-DTL-18240F(l) 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).
0003 FLAT SOCKET HEAD CAPSCREW S/L 8 EA __________ ___________
FLAT SOCKET HEAD CAPSCREWS SELF LOCKING, 3/4-10UNC-2A X 1-3/8 IN LG. MIL-DTL-1222J
TYPE-II. NOTE: FULL FORMED THREAD LENGTH OF 5/8" ONLY IS REQUIRED. MATERIAL TO
BE NICKEL-COPPER-ALUMINUM ALLOY QQ-N-286G. MINIMUM YIELD MUST BE 90,000 PSI.
MAKE SELF-LOCKING JAW MIL-DTL-18240F(l) 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).
0004 CAP SCREW 31 EA __________ ___________
SOCKET FLAT COUNTERSUNK HEAD CAP SCREW SELF LOCKING, 5/8-11UNC-2A X 1 IN LONG.
MFR IAW FF-S-86J TYPE-IV HEXAGON SOCKET, FLAT COUNTERSUNK HEAD, 82 DEGREE
INCLUDED ANGLE. MATERIAL TO BE NICKEL-COPPER ALLOY, QQ-N-281D AMEND 2 CL-A.
SELF LOCKING IAW MIL-DTL-18240F AMEND 1 TYPE "L OR P". MARKING OF A MIN. OF 6 DOTS
(APPROX. 0.032) RAISED OR DEPRESSED (APPROX. 0.010) SHALL BE PLACED ON THE HEAD
(TOP PREFERRED, SIDE LOCATION IF NECESSARY)
0005 CAP SCREW 25 EA __________ ___________
SOCKET FLAT COUNTERSUNK HEAD CAP SCREW ANGLE SELF LOCKING, 3/4-10UNC-3A X 2-1/8 IN LONG.
MFR IAW FF-S-861 TYPE-IV. MATERIAL TO BE NICKEL-COPPER ALL 2810 AMEND 2 CL-A. SELF LOCKING
IAW MIL-DTL-18240F AMEND 1 TYPE "L OR P". MARKING OF A MIN. OF 6 DOTS (APPROX. 0.032) RAISED OR DEPRESSED (APPROX. 0.010) SHALL BE
PLACED ON THE HEAD (TOP PREFERRED, SIDE LOCATION IF NECESSARY).
0006 SOCKET HEAD CAP SCREW 8 EA __________ ___________
SOCKET HEAD CAP SCREW, 1.250-7UNC-3A X 2.750 IN. LONG. MFR. IAW MIL-DTL-1222J TY
II. MATERIAL IS NICKEL-COPPER-ALUMINUM ALLOY, QQ-N-286G, FORM 2, ANNEALED
(HOT FINISHED OR COLD DRAWN) AND AGE HARDENED.
0007 HEX HEAD SLF LKG CAP SCREW 16 EA __________ ___________
HEX HEAD SELF-LOCKING CAP SCREW, 0.750-10UNC-2A X 1.875 IN. LONG. MFR. IAW
MIL-DTL-1222J TY I. MATERIAL IS NICKEL-COPPER-ALUMINUM ALLOY, QQ-N-286G, FORM 2,
ANNEALED (HOT FINISHED OR COLD DRAWN) AND AGE HARDENED. SELF-LOCKING 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).
0008 HEX HEAD CAPSCREW 20 EA __________ ___________
HEX HEAD CAPSCREW, 1"-8UNC-2A X 3-3/4" LONG, MIL-DTL-1222J, TY-I, ALLOY
STEEL GRADE-8, ZINC PLATED IAW ASTM B633-23 TYPE II, SC 2
0009 SOCKET HEAD CAPSCREW, FLAT, SLF-LKG 20 EA __________ ___________
FLAT 82 DEGREE COUNTERSUNK SOCKET HEAD CAPSCREW, SLF LKG, 5/8-11UNC-2A X 2.00"
LONG, FF-S-86J, TYPE IV. NICUAL, QQ-N-286G, ANNEALED & AGE HARDENED; SELF-LOCKING
IAW MIL-DTL-18240F, AMEND-1, TYPE "N"; MARKINGS OF A MINIMUM OF SIX (6) DOTS
(APPROX. 0.032 DIA) RAISED OR DEPRESSED (APPROX. .010) SHALL BE PLACED ON THE HEAD
OF THE FASTENER (TOP PREFERRED, SIDE LOCATION IF NECESSARY).
0010 SOCKET HEAD CAPSCREW, FLAT, SLF-LKG 10 EA __________ ___________
FLAT 82 DEGREE COUNTERSUNK SOCKET HEAD CAPSCREW, SLF LKG, 3/4-10UNC-2A
X 2.00" LONG, FF-S-86J, TYPE IV. NICUAL, QQ-N-286G, ANNEALED & AGE HARDENED;
SELF-LOCKING IAW MIL-DTL-18240F, AMEND-1, TYPE "N"; MARKINGS OF A MINIMUM
OF SIX (6) DOTS (APPROX. 0.032 DIA) RAISED OR DEPRESSED (APPROX. .010) SHALL
BE PLACED ON THE HEAD OF THE FASTENER (TOP PREFERRED, SIDE LOCATION IF
NECESSARY).
0011 DATA REQUIREMENTS FOR CLINS 0001-0010 1 SE ___NSP____ ____NSP____
CDRL DI-MISC-81356A (Certification of Compliance)
CDRL DI-MISC-80678 (Certification / Data Report)
If not the actual manufacturer – Manufacturer’s Name, Location, and Business Size must be provided.
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
52.211-14, Notice of Priority Rating
52.211-15, Defense Priority And Allocation Requirements
52.211-17, Delivery of Excess Quantities
52.212-1, Instructions to Offerors - Commercial Products and Commercial Services
52.212-3, Offeror Reps and Certs - Commercial Products and Commercial Services
52.212-4, Contract Terms and Conditions – Commercial Items
52.219-1 Alt 1 Small Business Program Representations
52.223-22, Sustainable Products and Services (DEVIATION 2025-O0004) in lieu of clause at FAR 52.223-23.
52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relation to Iran-Reps and Certs
52.232-39, Unenforceability of Unauthorized Obligations
52.233-2 Service of Protest
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
52.252-1 Solicitation Provisions Incorporated by Reference
52.252-2 Clauses Incorporated by Reference
52.253-1, Computer Generated Forms
52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items including all base terms, conditions, and clauses outlined within the clause, plus the following clauses that have been specifically selected (checked off within the clause) for this procurement:
52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements
52.204-23, Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities
52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment
52.209-10, Prohibition on Contracting with Inverted Domestic Corporations
52.232-40 Providing Accelerated Payments to Small Business Subcontractors
52.233-3, Protest After Award
52.233-4, Applicable Law for Breach of Contract Claim
52.204-27
Prohibition on a ByteDance Covered Application
52.204-30
FASCSA Federal Acquisition Supply Chain Security Act Orders-Prohibition
52.209-6
Protecting the Government's Interest
52.219-6
Notice of Total Small Business Set-Aside
52.219-28
Post-Award Small Business Program Representation
52.219-33
Nonmanufacturer Rule
52.222-3
Convict Labor
52.222-19
Child Labor
52.222-50
Combating Trafficking in Persons
52.223-11
Ozone Depleting Substances
52.225-3
Buy American-Free Trade Agreements
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
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.
252.232-7006, Wide Area Workflow Payment Instructions
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 C500: Mercury Control (Supplies)
YM3 C501: Correction of Certifications
YM3 C524: Controlled Industrial Material
YM3 C528: Specification Changes
YM3 D2.2: Marking of Shipments
YM3 D4: Preparation for Delivery (Commercially Packaged Items)
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 it’s ALT I if not updated in SAM.
This announcement will close on Friday, December 17, 2025, at 12:00pm est. The Point of Contact for this solicitation is Sam Aiguier who can be reached at sam.aguier@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 sam.aiguier@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). 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.
******* END OF COMBINED SYNOPSIS/SOLICITATION ********