Active Solicitation · DEPT OF DEFENSE

    VARIOUS FASTENERS - DRAWING REQUIRED

    Sol. SPMYM326Q6045Combined Synopsis/SolicitationSet-aside: Total Small Business Set-Aside (FAR 19.5)PORTSMOUTH, NH
    Open · 5d remaining
    DAYS TO CLOSE
    5
    closes Apr 28, 2026
    POSTED
    Apr 21, 2026
    Publication date
    NAICS CODE
    332722
    Primary industry classification
    PSC CODE
    5305
    Product & service classification

    AI Summary

    The Department of Defense is seeking quotes for various fasteners, including hex socket flat head screws, under a combined synopsis/solicitation. This opportunity is set aside for small businesses and requires descriptive literature to demonstrate compliance with specifications. The RFQ number is SPMYM326Q6045, and responses are due by April 28, 2026.

    Contract details

    Solicitation No.
    SPMYM326Q6045
    Notice Type
    Combined Synopsis/Solicitation
    Set-Aside
    Total Small Business Set-Aside (FAR 19.5)
    Posted Date
    April 21, 2026
    Response Deadline
    April 28, 2026
    NAICS Code
    332722AI guide
    PSC / Class Code
    5305
    Primary Contact
    Jannell Moriarty
    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 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  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 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 MINUMUM 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 Commercial 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 it’s 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). 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 ********

    Key dates

    1. April 21, 2026Posted Date
    2. April 28, 2026Proposals / Responses Due

    AI search tags

    Frequently asked questions

    VARIOUS FASTENERS - DRAWING REQUIRED 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.