Closed Solicitation · DEPT OF DEFENSE

    SOCKET HEAD CAP SCREWS

    Sol. SPMYM326Q5018Combined Synopsis/SolicitationSet-aside: Total Small Business Set-Aside (FAR 19.5)PORTSMOUTH, NH
    Closed
    STATUS
    Closed
    closed Dec 30, 2025
    POSTED
    Dec 18, 2025
    Publication date
    NAICS CODE
    332722
    Primary industry classification
    PSC CODE
    5305
    Product & service classification

    AI Summary

    The Department of Defense is seeking qualified sources to provide socket head cap screws through a combined synopsis/solicitation. This opportunity is set aside for small businesses and follows FAR Part 13 procedures. Interested parties must submit their offers in accordance with the provided specifications and complete the necessary provisions for consideration.

    Contract details

    Solicitation No.
    SPMYM326Q5018
    Notice Type
    Combined Synopsis/Solicitation
    Set-Aside
    Total Small Business Set-Aside (FAR 19.5)
    Posted Date
    December 18, 2025
    Response Deadline
    December 30, 2025
    NAICS Code
    332722AI guide
    PSC / Class Code
    5305
    Primary Contact
    Robert Dowdle
    State
    NH
    ZIP Code
    03801-5000
    AI Product/Service
    product

    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 SPMYM326Q5018. This solicitation documents and incorporates provisions and clauses in effect through FAC 2025-06 and DFARS Change Notice 2025-1110. 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 This requirement is being processed utilizing a 100% Small Business Set-Aside.

    To be evaluated as “All or None”.

    Place of Manufacture/ Country of Origin is required.

    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. 

    The Portsmouth Naval Shipyard requests responses from qualified sources capable of providing:

    ITEM       DESCRIPTION                                                                                U/I  QTY   $UNIT PRICE   $TOTAL  

    See attached RFQ 25Q5018 for the screw specifications

    Interested Parties Must Fill Out the “RFQ 26Q5018” in the Attachment Section to be Considered for Award.

    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.

    A small business joint venture offeror must submit, with its offer, the representation required in paragraph (c) of FAR solicitation provision 52.212-3, Offeror Representations and Certifications-Commercial Products and Commercial Services, and paragraph (c) of FAR solicitation provision 52.219-1, Small Business Program Representations, in accordance with 52.204-8(d) and 52.212-3(b) for the following categories:

    (A) Small business;

    (B) Service-disabled veteran-owned small business;

    (C) Women-owned small business (WOSB) under the WOSB Program;

    (D) Economically disadvantaged women-owned small business under the WOSB Program; or

    (E) Historically underutilized business zone small business.

    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

    52.211-14, 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 Items;

    52.212-3, Offeror Reps and Certs

    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

    52.223-3, Hazardous Material Identification and Material Safety Data (IF HAZ MATERIAL)

    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

    52.232-18 Availability of Funds* See Attachment for this provision

    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

    Federal Acquisition Supply Chain Security Act Orders--Prohibition

    52.209-6

    Protecting the Government's Interest

    52.209-9

    Updates of Publicly Available Information

    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

    52.222-36

    Equal Opportunity for Workers with Disabilities

    52.222-37

    Employment Reports on Veterans

    52.222-50

    Combating Trafficking in Persons

    52.223-9

    Estimate of Percentage of Recovered Material

    52.223-11

    Ozone Depleting Substances

    52.223-18

    Encouraging Contractors to Ban Text Messaging While Driving

    52.225-5

    Trade Agreements

    52.225-13

    Restriction on Certain Foreign Purchases

    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

    252.204-7003. Control of Government Personnel Work Product

    252.204-7008 Compliance With Safeguarding Covered Defense Information Controls

    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.

    252.204-7024 Notice on the Use of the Supplier Performance Risk System

    252.213-7000  Notice to Prospective Suppliers on Use of Supplier Performance Risk System in Past Performance Evaluations.

    252.223-7001, Hazard Warning Labels

    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

    252.225-7012 Preference for Certain Domestic Commodities.

    252.225-7013 Duty-Free Entry (NOV 2023)

    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

    252.232-7003, Electronic Submission of Payment Requests

    52.232-7006, Wide Area Workflow Payment Instructions

    252.232-7010, Levies on Contract Payments

    252.232-7998 Obligations in Advance of Fiscal Year 2026 Funding (DEVIATION 2026-00001)* See Attachment for this provision

    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)

    H10 Awardee Requires No Access to DLA Controlled Technical Data or Information for Contract Performance (FEB 2020)

    L06 Agency Protests (DEC 2016)

    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 C524: Controlled Industrial Material

    YM3 C528: Specification Changes

    YM3 D2.2: Marking of Shipments

    YM3 D4: Preparation for Delivery

    YM3 D8: Prohibited Packing Materials

    YM3 E2: Inspection and Acceptance (Destination)

    YM3 F500: Consignment Instructions for Deliveries to the Portsmouth Naval Shipyard

    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 5:00 PM EDT local time on Tuesday 30 December, 2025.  The Point of Contact for this solicitation is Robert Dowdle who can be reached at robert.dowdle@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 robert.dowdle@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. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements.

    ******* END OF COMBINED SYNOPSIS/SOLICITATION ********

    Key dates

    1. December 18, 2025Posted Date
    2. December 30, 2025Proposals / Responses Due

    AI search tags

    Frequently asked questions

    SOCKET HEAD CAP SCREWS is a federal acquisition solicitation issued by DEPT OF DEFENSE. Review the full description, attachments, and submission requirements on SamSearch before the response deadline.

    SamSearch Platform

    Stop searching. Start winning.

    AI-powered intelligence for the right opportunities, the right leads, and the right time.