- 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
53--SCREW SHOU,SLF-LKG
Solicitation from DEPT OF THE NAVY • DEPT OF DEFENSE. Place of performance: PA. Response deadline: Mar 16, 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
CONTACT INFORMATION|4|N743.35|WWU|717-605-8399|TIANA.HAMMAKER@NAVY.MIL| ITEM UNIQUE IDENTIFICATION AND VALUATION (JAN 2023)|19|||||||||||||||||||| HIGHER-LEVEL CONTRACT QUALITY REQUIREMENT (NAVICP REVIEW FEB 1991)(FEB 1999)|1|SEE SPECIFICATIONS SECTION C AND SECTION E| INSPECTION OF SUPPLIES--FIXED-PRICE (AUG 1996)|2||| INSPECTION AND ACCEPTANCE - SHORT VERSION|8|X||X|||||| GENERAL INFORMATION-FOB-DESTINATION|1|A| WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (JAN 2023)|16|INVOICE AND RECEIVING REPORT (COMBO)||TBD|N00104|TBD|TBD|TBD|TBD|||TBD|||||| NAVY USE OF ABILITYONE SUPPORT CONTRACTOR - RELEASE OF OFFEROR INFORMATION (3-18))|1|| WARRANTY OF SUPPLIES OF A NONCOMPLEX NATURE (JUNE 2003)|6|ONE YEAR|365 DAYS AFTER THE LAST DELIVERY UNDER THIS CONTRACT ||||| WARRANTY OF DATA--BASIC (MAR 2014)|2||| BUY AMERICAN-FREE TRADE AGREEMENTS-BALANCE OF PAYMENTS PROGRAM-BASIC (FEB 2024)|11|||||||||||| NOTICE OF TOTAL SMALL BUSINESS SET-ASIDE (OCT 2020)(DEVIATION 2020-O0008)|1|| ALTERNATE A, ANNUAL REPRESENTATIONS AND CERTIFICATIONS (OCT 2024)|13|||||||||||||| BUY AMERICAN-FREE TRADE AGREEMENTS-BALANCE OF PAYMENTS PROGRAM CERTIFICATE-BASIC (FEB 2024))|5|||||| BUY AMERICAN-BALANCE OF PAYMENTS PROGRAM CERTIFICATE-BASIC (FEB 2024)|1|| ANNUAL REPRESENTATIONS AND CERTIFICATIONS (MAR 2025)(DEVIATION 2025-O0003 AND2025-O0004))|13|332722|500|||||||||||| NOTICE OF PRIORITY RATING FOR NATIONAL DEFENSE, EMERGENCY PERPARDENESS, AND ENRGY PROGAM USE (APRIL 2008))|2||X| SOLICITAITON DUE DATE HAS BEEN UPDATED TO ACCOUNT FOR THE DELAY IN DRAWINGS BEING POSTED. 1.DD1423 Data Item A001 (Inspection and Test Plan) may be waived if already on file at NAVSUP WSS Mechanicsburg. 2. All contractual documents (i.e. contracts, purchase orders, task orders,delivery orders, and modifications) related to the instant procurement are considered to be "issued" by the Government when copies are either deposited in the mail, transmitted by facsimile, or sent by other electronic commerce methods, such as email. The Government's acceptance of the contractor's proposal constitutes bilateral agreement to "issue" contractual documents as detailed here in. 3.The following proposed delivery schedule applies: Submission of all certification data CDRLS 20 days prior to delivery. PNSY review/acceptance of certification CDRLS 18 working days after receipt Final delivery of material (180 days) 4. Drawings associated with this solicitation will be made available on the new beta.SAM website, but will be restricted access which needs to be approved. Once access has been requested, interested vendors should email the POC listed on the solicitation to inform them of the request. \ 1. SCOPE 1.1 The material covered in this contract/purchase order will be used in a crucial shipboard system. The use of incorrect or defective material would create a high probability of failure resulting in serious personnel injury, loss of life, loss of vital shipboard systems, or loss of the ship itself. Therefore, the material has been designated as SPECIAL EMPHASIS material (Level I, Scope of Certification, or Quality Assured) and special control procedures are invoked to ensure receipt of correct material. 1.1.1 DSSP Scope of Certification Material - Material Control Division ;(B); applies to this material. 1.1.2 This ;Screw, Shouldered, Self Locking; contains non-metallic materials which must satisfy the toxicity and flammability requirements of NAVSEA SS800-AG-MAN-010/P-9290. Use of any material other than that specified requires special engineering approval and may require testing. 2. APPLICABLE DOCUMENTS 2.1 Order of Precedence - In the event of a conflict between the text of this contract/purchase order and the references and/or drawings cited herein, the text of this contract/purchase order must take precedence. Nothing in this contract/purchase order, however, must supersede applicable laws and regulations unless a specific exemption has been obtained. 2.2 Applicable Documents - The document(s) listed below form a part of this contract/purchase order including modifications or exclusions. 2.2.1 Specification Revisions - The specification revisions listed under "Documents References" below are the preferred revision. Older and/or newer r evisions are acceptable when listed within Contract Support Library Reference Number CSD155 in ECDS (Electric Contractor Data Submission) at: ht tps://register.nslc.navy.mil/. This is to allow Contractors to use certain acceptable older specification revisions to purge their existing stock of material certified to those older revisions or to use newer specification revisions when material is certified to newly released revisions,without requiring the submittal of waiver/deviation requests for each specification revision on every contract. Revisions of specifications reflecting editorial and/or re-approval (e.g. E2009, R2014, etc.) are considered inconsequential, but are acceptable when their revisions are listedwithin CSD155 or elsewhere within this contract. 2.2.2 Documents, drawings, and publications supplied are listed under "Drawing Number". These items should be retained until an award is made. 2.2.3 "Document References" listed below must be obtained by the Contractor. Ordering information is included as an attachment to this contract/purchase order. DRAWING DATA=H547-1721A111 |53711| B|ER |D| | | | DRAWING DATA=H547-1721A212 |53711| A|ER |D| | | | DRAWING DATA=7108111 |53711| A| |D| | | | DOCUMENT REF DATA=FED-STD-H28 | | |B |190424|A| | | DOCUMENT REF DATA=FED-STD-H28 |0020| |B |941221|A| |01| DOCUMENT REF DATA=ANSI/ASQ Z1.4 | | | |080101|A| | | DOCUMENT REF DATA=MIL-STD-792 | | |F |230223|A| |01| DOCUMENT REF DATA=MIL-DTL-1222 | | |J |001208|A| | | DOCUMENT REF DATA=ISO_9001 | | | |081115|A| | | DOCUMENT REF DATA=ISO10012 | | | |030415|A| | | DOCUMENT REF DATA=ISO/IEC 17025 | | | |050515|A| | | DOCUMENT REF DATA=QPL 18240 | | |QPD|201208|A| | | DOCUMENT REF DATA=MIL-I-45208 | | |A |810724|A|1 | | DOCUMENT REF DATA=MIL-STD-45662 | | |A |880801|A| | | DOCUMENT REF DATA=ANSI/NCSL Z540.3 | | | |130326|A| | | DOCUMENT REF DATA=SS800-AG-MAN-010/P-9290 | | |A |200324|A| |42| 3. REQUIREMENTS 3.1 ;The Screw, Shouldered, Self Locking, must be manufactured in accordance with NAVSEA Drawing 7108111 Part Number 56 and all liabilities invoked, except as amplified or modified herein.; 3.2 ;Self-locking element to be in accordance with MIL-DTL-18240; 3.3 Thread Inspection Requirements - All threads on threaded parts must be inspected using appropriate inspection methods, inspection systems, and inspection gages/instruments in accordance with FED-STD-H28 series. Substitution of thecommercial equivalent inspection in accordance with ASME B1 series is acceptable. 3.3.1 System 21 of FED-STD-H28/20 must be used as a minimum inspection requirement for threads when the design drawing or design specification does not specify an inspection requirement. 3.3.2 For Navy and Shipyard drawings, system 21 of FED-STD-H28/20 may be substituted for System 22 without further Navy approval when the design drawing invokes System 22 and does not cite governing specifications that specifically require system 22. System 22 of FED-STD-H28/20 must be used when the drawing references other governing specifications that specifically require System 22, such as certain thread types of MIL-DTL-1222. 3.3.3 A written request for concurrence must be submitted when utilizing alternative measuring equipment or measuring systems not applicable to the specified inspection system. 3.4 Slow Strain Rate Tensile Test Laboratories - The Slow Strain Rate Tensile Test of QQ-N-286 must be performed by one of the following laboratories: Huntington Alloys, a Special Metals Company Attn: Bill Bolenr 3200 Riverside Drive Huntington, WV 257059 Phone: (304) 526-5889 FAX: (304) 526-5973 Metallurgical Consultants, Inc. Attn: W. M. Buehler 4820 Caroline PO Box 88046 Houston, TX 77288-0046 Phone: (713) 526-6351 FAX: (713) 526-2964 Naval Surface Warfare Center, Carderock Division Attn: Eric Focht Code 614 9500 Macarthur Blvd West Bethesda, MD 20817-5700 Phone: (301) 227-5032 FAX: (301) 227-5576 Teledyne Allvac Attn: Dr. W. D. Cao 2020 Ashcraft Ave. Monroe, NC 28110 Phone: (704) 289-4511 FAX: (704) 289-4269 Westmoreland Mechanical Testing and Research Inc. Attn: Andrew Wisniewski P.O. Box 388 Youngstown, PA 15696-0388 Mannesmann Rohrenwerke Mannesmann Forschungsinstitut (MFI) Attn: Dr. Weiss Postfach 251160 47251 Duisburg Germany Phone: 011-49-0203-9993194 FAX: 011-49-0203-9994415 ThyssenKrupp VDM USA, Inc. Attn: D. C. Agarwal 11210 Steeplecrest Drive, Suite 120 Houston, TX 77065-4939 Phone: (281) 955-6683 3.5 K-MONEL Fasteners - K-MONEL externally threaded fasteners must have mechanical properties determined in accordance with MIL-DTL-1222. Test results must include Tensile, Yield, Elongation and Hardness as required by MIL-DTL-1222. (The Hardness tests must be performed on a full size fastener.) 3.5.1 Studs require an Axial Tensile test in accordance with MIL-DTL-1222. 3.5.2 Headed fasteners require a Wedge Tensile test as specified elsewhere in this contract/purchase order. 3.6 Self-Locking screws must be marked with six dots. Where no contract invoked specification or drawing requirement exists for this marking, self-locking fasteners must be marked with six dots approximately .032" diameter, raised ordepressed by approximately .010" located on the top perimeter of the head of the fastener in an arc or circular pattern. The six dots must be distinguishablefrom all other markings. 3.7 K-MONEL Fasteners - Material must be heat treated per QQ-N-286. 3.7.1 Fasteners that have been hot or cold headed or roll threaded must be solution annealed followed by age hardening subsequent to all heading and thread rolling operations. The mechanical properties must be actual properties of the annealed and age hardened material and must meet the requirements of QQ-N-286. 3.7.2 QQ-N-286 fasteners that have been headed and/or roll threaded must not beage hardened unless the material has been solution annealed subsequent to the heading and threading operations. Threads formed after the final age hardening heat treatment must be cut or ground only. 3.8 Mercury Free - Mercury and mercury containing compounds must not be intentionally added or come in direct contact with hardware or supplies furnished under this contract. Mercury contamination of the material will be cause for rejection. 3.9 Configuration Control - The Contractor must maintain the total equipment baseline configuration. For items of proprietary design, Contractor drawings showing the latest assembly configuration must be provided to the Government in electronic (C4) format. Definitions are provided elsewhere in the Contract/Purchase Order. 3.9.1 Waivers/Deviations - All waivers and deviations, regardless of significance or classification require review and approval by the Contracting Officer. Waivers and Deviations must be designated as Critical, Major, or Minor. The Contractor must provide a copy of this request to the QAR. Requests must include the information listed below. a. A complete description of the contract requirement affected and the nature of the waiver/deviation (non-conformance), including a classification of Critical, Major, or Minor. b. Number of units (and serial/lot numbers) to be delivered in this configuration. c. Any impacts to logistics support elements (such as software, manuals, spares, tools, and similar) being utilized by Government personnel or impacts to the operational use of the product. d. Information about remedial action being taken to prevent reoccurrence of the non-conformance. 3.9.2 All requests for Waivers/Deviations on NAVSUP-WSS Contracts must be submitted to the NAVSUP WSS Contracting Specialist via eMail. 3.9.3 ECPs - The Government will maintain configuration control and change authority for all modifications or changes affecting form, fit, function, or interface parameters of the Equipment and its sub-assemblies. The Contractor must submit an Engineering Change Proposal (ECP) for any Class I or II changes that impact the Equipment covered by this contract. ECPs must be prepared in Contractor format, and must include the following information: a. The change priority, change classification (Class I or Class II), and change justification. b. A complete description of the change to be made and the need for that change. c. A complete listing of other Configuration Items impacted by the proposed change and a description of the impact on those CIs. d. Proposed changes to documents controlled by the Government. e. Proposed serial/lot number effectivities of units to be produced in, or retrofitted to, the proposed configuration. f. Recommendations about the way a retrofit should be accomplished. g. Impacts to any logistics support elements (such as software, manuals, spares, tools, and similar) being utilized by Government personnel in support of the product. h. Impacts to the operational use of the product. i. Complete estimated life-cycle cost impact of the proposed change. j. Milestones relating to the processing and implementation of the engineering change. 3.9.4 A copy of the final waiver/deviation (both approved and disapproved) must be forwarded with the applicable asset(s). 3.10 Certificate of Compliance - (SPECIAL EMPHASIS MATERIAL) The Contractor must prepare and submit a certificate of compliance certifying that the items/components furnished under this contract comply with the requirements of the procurement document, including any/all invoked specifications and drawings. ^ QUALITY ASSURANCE REQUIREMENTS ^ 3.11 Quality System Requirements - The Contractor furnishing items under this contract/purchase order must provide and maintain a quality system in accordance with ISO-9001 as amplified or modified herein, with the calibration system requirements of ISO-10012 or ANSI-Z540.3 with ISO-17025. A Quality System in accordance with MIL-I-45208, with the calibration system requirements of MIL-STD-45662, is acceptable as an alternate. 3.11.1 The Contractor's quality system and products supplied under the system are subject to evaluation, verification inspection, and acceptance/nonacceptance by the Government representative to determine the system's effectiveness in meeting the quality requirements established in the Contract/Purchase Order. 3.11.2 The Contractor's quality system must be documented and must be available for review by the Contracting Officer or his representative prior to initiation of production and throughout the life of the contract. The Prime Contractor must, upon notification, make his facilities available for audit by the contracting Officer or his authorized representative. 3.11.3 See CDRL DI-QCIC-81110 (Inspection System Procedures) - All suppliers of Deep Submergence Systems Program (DSSP) material are required to submit a copy of their current documented quality system procedures to the Procurement Contracting Officer (PCO) prior to award of any contract/purchase order. Suppliers that have a copy of their current quality system procedures on file at NAVICP-Mech may request the PCO waive this requirement. 3.11.4 This contract provides for the performance of Government Quality Assurance at source. The place or places of performance may not be changed without the authorization of the Procurement Contracting Officer. Upon receipt of this order, promptly notify the Government representative who normally services your plant so that appropriate planning for Government inspection can be accomplished. If you do not have an assigned Government representative, notify the nearest Defense Contract Management Agency (DCMA) Office. In the event that a local Government representative or DCMA Office cannot be located, our purchasing agent should be notified immediately. 3.11.5 Any changes made by the Contractor to a qualified quality system will require concurrence by the Government Quality Assurance Representative prior to adoption. 3.12 Contractor Inspection Requirements - The Contractor must maintain adequate records of all inspections and tests. The records must indicate the nature and number of observations made, the number and type of deficiencies found, the quantities approved and rejected and the nature of corrective action taken as appropriate. 3.12.1 The supplier's gages, measuring and test equipment must be made available for use by the Government representative when required to determine conformance with Contract requirements. When conditions warrant, the supplier's personnel must be made available for operations of such devices and for verification of their accuracy and condition. 3.12.2 All documents and reference data applicable to this contract must be available for review by the Government representative. Copies of documents required for Government inspection purposes must be furnished in accordance with the instructions provided by the Government representative. 3.13 Subcontractor Inspection Requirements - The Government has the right to inspect at source, any supplies or services that were not manufactured/performed within the contractor's facility. Such inspection can only be requested by or under authorization of the Government representative. Any purchasing documents to a subcontractor must cite the applicable portions of the contractually invoked quality system (e.g. calibration requirements), plus any product requirements that apply to the supplies being purchased. When the Government elects to perform source inspection at the subcontractor's facility, applicable purchase documents must be annotated with the following statement: "A Government inspection is required prior to shipment from your plant. Upon receipt of this order, promptly notify the Government representative who normally services your plant so that appropriate planning for Government inspection can be accomplished. If you do not have an assigned Government representative, notify the nearest Defense Contract Management Agency (DCMA) Office. In the event that a local Government representative DCMA Office cannot be located, our purchasing agent should be notified immediately." 3.14 Government Furnished Material and/or Equipment (GFM/GFE) - When material or equipment is furnished by the Government, the Contractor must develop documented control procedures that require at least the following: 3.14.1 Visual examination upon receipt to detect damage during transit. 3.14.2 Inspection for completeness and proper type. 3.14.3 Verification of material quality received. 3.14.4 Periodic inspection and precautions to assure adequate storage conditions and to guard against damage from handling and deterioration during storage. 3.14.5 Functional testing, either prior to or after installation, or both, as required by the Contract to determine satisfactory operation. 3.14.6 Identification and protection from improper use or disposition. 3.14.7 Reporting to the Government, any GFM or GFE property found damaged, malfunctioning, or otherwise unsuitable for use. In the event of damage or malfunction during or after installation, the supplier must determine and record probable cause and necessity for withholdi…
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.