Skip to main content

An official website of the United States government

You have 2 new alerts

VARIOUS CAP SCREWS AND MACHINE SCREWS

Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information

  • Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
  • Original Published Date: Dec 17, 2024 10:53 am EST
  • Original Date Offers Due: Dec 30, 2024 03:00 pm EST
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Jan 14, 2025
  • Initiative:
    • None

Classification

  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: 5305 - SCREWS
  • NAICS Code:
    • 332722 - Bolt, Nut, Screw, Rivet, and Washer Manufacturing
  • Place of Performance:
    Kittery , ME 03904
    USA

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 SPMYM325Q6019. This solicitation documents and incorporates provisions and clauses in effect through FAC 2025-01 November 12, 2024, and DFARS Change Notice 20241115. 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 employees. This requirement is being processed utilizing 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.  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:  

***Interested parties must fill out, “25Q6019 RFQ Required”, located in the attachment section, to be considered for award.***

ITEM DESCRIPTION                                              QTY                U/I                  

0001    FLAT HEAD MACHINE SCREW               11     EA         

            FLAT HEAD MACHINE SCREW, 0.625-11UNC-2A X 1.625 IN. LONG. MFR IA W FF-S-92D TYPE-III- CROSS-RECESSED DESIGN-I, STYLE-2C (FLAT HEAD, 82 DEGREE). MIL-DTL-12221. MATERIAL IS NICKEL-COPPER-ALUMINUM ALLOY, QQ-N-286G, UNS N05500, ANNEALED AND AGE HARDENED.

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)

0003    DATA REQUIREMENTS FOR CLIN 0001 1       EA         

            A002        EXHIBIT A, SEQ A002

            SEE EXHIBIT “A” SEQ A002: CDRL DI-MISC-80678 (CERTIFICATE / DATA REPORT)

0004    FLAT HEAD MACHINE SCREW               55     EA         

            SAME AS CLIN 0001

           

0005    DATA REQUIREMENTS FOR CLIN 0004 1       EA         

            B001        EXHIBIT B, SEQ B001

            SEE EXHIBIT “B” SEQ B001: CDRL DI-MISC-81356A (CERTIFICATE OF COMPLIANCE)

0006    DATA REQUIREMENTS FOR CLIN 0004 1       EA         

            B002        EXHIBIT B, SEQ B002

            SEE EXHIBIT “B” SEQ B002: CDRL DI-MISC-80678 (CERTIFICATE / DATA REPORT)

0007    SOCKET HEAD CAP SCREW                     1       EA         

            SOCKET HEAD CAP SCREWS, l/2-13UNC-2A X 3" LONG FF-S-86H(MOD) TYPE-VI.

            MATERIAL REQUIRED TO BE NICU QQ-N-2810(2) CLASS-A. MOD TO FF-S-86H IS THE

            THREADS ARE REQUIRED TO BE EXTENDED TO WITHIN 1/4" OF THE HEAD.

            NOTE THAT PARA 3.1.4 & PARA. 3.2.5 OF FF-S-86H ARE IN ERROR.

MATERIAL/FASTENERS ARE TO MEET THE REQUIREMENTS OF TABLE X NOT TABLE VIII OF FF-S-86H.

0008    DATA REQUIREMENTS FOR CLIN 0007 1       EA          ___ _____

            C001        EXHIBIT C, SEQ C001

            SEE EXHIBIT “C” SEQ C001: CDRL DI-MISC-81356A (CERTIFICATE OF COMPLIANCE)

0009    DATA REQUIREMENTS FOR CLIN 0007 1       EA          ___

            C002        EXHIBIT C, SEQ C002

            SEE EXHIBIT “C” SEQ C002: CDRL DI-MISC-80678 (CERTIFICATE / DATA REPORT)

0010    SOCKET HEAD CAP SCREW                     10     EA         

            SAME AS CLIN 0004

0011    DATA REQUIREMENTS FOR CLIN 0010 1       EA         

            D001        EXHIBIT D, SEQ D001

            SEE EXHIBIT “D” SEQ D001: CDRL DI-MISC-81356A (CERTIFICATE OF COMPLIANCE)

0012    DATA REQUIREMENTS FOR CLIN 0010 1       EA          ___

            D002        EXHIBIT D, SEQ D002

            SEE EXHIBIT “D” SEQ D002: CDRL DI-MISC-80678 (CERTIFICATE / DATA REPORT)

0013    HEX HEAD CAP SCREW                            2       EA         

            HEX HEAD CAPS CREWS 1-8UNC-3A X 11-1/8" MIL-DTL-1222J GRADE-5.

0014    DATA REQUIREMENTS FOR CLIN 0013 1       EA         

            E001        EXHIBIT E, SEQ E001

            SEE EXHIBIT “E” SEQ E001: CDRL DI-MISC-81356A (CERTIFICATE OF COMPLIANCE)

0015    DATA REQUIREMENTS FOR CLIN 0013 1       EA         

            E002        EXHIBIT E, SEQ E002

            SEE EXHIBIT “E” SEQ E002: CDRL DI-MISC-80678 (CERTIFICATE / DATA REPORT)

0016    HEX HEAD CAP SCREW                            10        EA      

            SAME AS CLIN 0013.

0017    DATA REQUIREMENTS FOR CLIN 0019 1       EA         

            001        EXHIBIT F, SEQ F001

            SEE EXHIBIT “F” SEQ F001: CDRL DI-MISC-81356A (CERTIFICATE OF COMPLIANCE)

0018    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 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

52.222-22, Previous Contracts & Compliance Reports

52.222-25, Affirmative Action Compliance

52.223-22 Public Disclosure of Greenhouse Gas Emissions and Reduction Goals-Representation

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

52.204-10

Reporting Executive Compensation

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

52.222-3

Convict Labor

52.222-19

Child Labor

52.222-21

Prohibition of Segregated Facilities

52.222-26

Equal Opportunity

52.222-36

Equal Opportunity for Workers with Disabilities

52.222-50

Combating Trafficking in Persons

52.223-11

Ozone Depleting Substances

52.223-18

Encouraging Contractors to Ban Text Messaging While Driving

52.225-13

Restriction on Certain Foreign Purchases

52.232-33

Payment by EFT-SAM

52.232-36

Payment by Third Party

52.247-64

Preference for Privately Owned US-Flag Commercial Vessels

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

252.204-7012, 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

252.213-7000 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

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)
 

52.233-9001, 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 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 it’s ALT I if not updated in SAM.

This announcement will close (12/30/2024 at 3pm EST).  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). 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 ********

Contact Information

Contracting Office Address

  • CONTRACTING DIVISION (DLA-KME)
  • PORTSMOUTH , NH 03801-5000
  • USA

Primary Point of Contact

Secondary Point of Contact

History