- Gap review, remediation roadmap, and implementation support
- Policy package, evidence mapping, and submission prep
- Designed for primes and subs across non-tech and tech work
HEX SOCKET FLAT COUNTERSUNK HEAD CAPSCREWS
Combined Synopsis Solicitation from DEFENSE LOGISTICS AGENCY • DEPT OF DEFENSE. Place of performance: ME. Response deadline: Mar 03, 2026. Industry: NAICS 332722 • PSC 5305.
CMMC support options for this DoD solicitation
As DoD CMMC rollout expands, approximately 80%+ of DoD solicitations are expected to include cybersecurity/CMMC requirements, including many non-tech scopes.
- Structured checklist, AI guidance, and progress tracking
- Build evidence and controls with clearer next-step workflows
- Ideal for teams that want speed plus affordability
Market snapshot
Awarded-market signal for NAICS 332722 (last 12 months), benchmarked to sector 33.
Related hubs & trends
Navigate the lattice: hubs for browsing, trends for pricing signals.
Point of Contact
Agency & Office
More in NAICS 332722
Description
This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR part 12, 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 Request for Quotation (RFQ) number is SPMYM326Q3114. 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 these addresses: https://www.ecfr.gov and https://www.acquisition.gov/content/list-sections-affected and http://www.acq.osd.mil/dpap/dars/change_notices.html, as well as https://www.acquisition.gov/far-overhaul.
The FSC Code is 5305 and the NAICS code is NAICS. The Small Business Standard is Size. This is a 100% Small Business Set Aside solicitation.
Evaluation criteria is Lowest Price Technically Acceptable (LPTA). SPRS 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:
CLIN 0001: HEX SOCKET FLAT COUNTERSUNK HEAD CAP SCREW, iaw attached RFQ.
CLIN 0002: DATA, iaw attached RFQ.
CLIN 0003: HEX SOCKET FLAT COUNTERSUNK HEAD CAP SCREW, iaw attached RFQ.
CLIN 0004: DATA, iaw attached RFQ.
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:
Responsibility and Inspection: unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control. The following FAR provisions (P) and clauses are applicable to this procurement:
With the implementation for the Revolutionary FAR Overhaul (RFO) 2/1/26, many Part 4 (52.204) clauses have been deleted and moved to Part 40 (52.240); additionally, clause 52.212-5 has been deleted.
52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements
52.204-7 (P), System for Award Maintenance
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 (P), Notice of Priority Rating. Rated DO.
52.211-15, Defense Priority And Allocation Requirements
52.212-1 (P), Instructions to Offerors - Commercial Items;
52.212-4, Contract Terms and Conditions – Commercial Items
52.219-1 (P), 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
52.222-36 Equal Opportunity for Workers with Disabilities
52.222-50 Combating Trafficking in Persons
52.223-11 Ozone Depleting Substances
52.223-23 Sustainable Products and Services
52.225-1 Buy American-Supplies
52.226-8 Encouraging Contractors 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
52.233-3, Protest After Award
52.233-4, Applicable Law for Breach of Contract Claim
52.240-90 (P) Security Prohibitions and Exclusions Representations and Certifications. (See Attachment)
52.240-91 Security Prohibitions and Exclusions. (See Attachment)
52.240-93 Basic Safeguarding of Covered Contractor Information Systems. (See Attachment)
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 (P), 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 (P), Representation Relating to Compensation of Former DoD Officials
252.204-7003. Control of Government Personnel Work Product
252.204-7008 Compliance With Safeguarding Covered Defense Information Controls
252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting
252.204-7015, Disclosure of Information to Litigation Support Contractors
252.204-7016 (P), * See Attachment for this provision.
252-204-7017 (P), 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 (P), *See Attachment for this provision.
252.204-7020, NIST SP 800-171 DoD Assessment Requirements
252.204-7024 (P), Notice on the Use of the Supplier Performance Risk System
252.211-7003, Item Unique Identification and Valuation
Para (c)(i): Exempted from IUID by Military Service Customer. Supplier should check IUID exemption box in WAWF.
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
252.225-7055 (P) Representation Regarding Business Operations with the Maduro Regime
252.225-7056 Prohibition Regarding Business Operations with the Maduro Regime.
252.225-7059 (P), 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
252.244-7000, 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 (SEP 2021)
C14 Repackaging or Relabeling to Correct Deficiencies (MAY 2020)
C20 Vendor Shipment Module (VSM) (NOV 2022)
E05 Product Verification Testing (MAY 2020)
G01 Additional Wide Area Workflow (WAWF) Information (AUG 2017)
H10 Exceptions to Requirement for All Sources of Supply to Have DLA Controlling Authority Approval to Access DLA Controlled Technical Data or Information for Contract Performance (MAY 2024).
L06 Agency Protests (DEC 2016)
L08 Use of Supplier Performance Risk System (SPRS) in Past Performance Evaluations (JUN 2020, MAR 2023)
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 (CIM/QA2 Material)
YM3 C528: Specification Changes
YM3 C531: Restrictions on K-Monel
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 (45 days for QA-2 and QA-3)
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 at 03:00 PM EST local time on 03 March 2026. POC for this solicitation is Emily Kritzman who can be reached by email (below).
METHOD OF SUBMISSION: Offers shall be emailed.
Please submit quotations via email at Emily.Kritzman@dla.mil
Quotes also to: DLA-KME-QUOTATIONS@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.
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 ********
DIBBS / DLA Details
Files
Files size/type shown when available.
BidPulsar Analysis
A practical, capture-style breakdown of fit, requirements, risks, and next steps.
FAQ
How do I use the Market Snapshot?
It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.
Is the data live?
The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.
What do P10 and P90 mean?
P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.