Skip to content
Department of Defense

53--SCREW,CAP,SOCKET HE

Solicitation: N0010425QYL84
Notice ID: 9eceb2ffc9734de6bd8b2666f5b81d13
TypeSolicitationNAICS 332722PSC5305DepartmentDepartment of DefenseAgencyDept Of The NavyStatePAPostedFeb 11, 2026, 12:00 AM UTCDueMar 04, 2026, 09:30 PM UTCCloses in 8 days

Solicitation from DEPT OF THE NAVY • DEPT OF DEFENSE. Place of performance: PA. Response deadline: Mar 04, 2026. Industry: NAICS 332722 • PSC 5305.

DoD CMMC Readiness
Modern compliance support by Federal Bid Partners

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.

Done-for-you service
CMMC start-to-finish with FBP
$2,000
Registered Practitioner logo
Guided by a Registered Practitioner with practical DoD workflow support.
  • 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
Start CMMC with Federal Bid Partners →
AI-powered application
CMMC Pulsar™ start-to-finish
$399
CMMC Pulsar logo
First-of-its-kind CMMC Pulsar™ app to run your CMMC workflow with AI assistance.
  • Structured checklist, AI guidance, and progress tracking
  • Build evidence and controls with clearer next-step workflows
  • Ideal for teams that want speed plus affordability
Open CMMC Pulsar™ →
Solicitation context: N0010425QYL84. Requirements vary by acquisition and contract type; COTS-only exceptions may apply.

Market snapshot

Awarded-market signal for NAICS 332722 (last 12 months), benchmarked to sector 33.

12-month awarded value
$51,916,464
Sector total $20,521,343,821 • Share 0.3%
Live
Median
$185,482
P10–P90
$32,400$350,000
Volatility
Volatile171%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
0.3%
share
Momentum (last 3 vs prior 3 buckets)
+100%($51,916,464)
Deal sizing
$185,482 median
Use as a pricing centerline.
Live signal is computed from awarded notices already observed in the system.
Signals shown are descriptive of observed awards; not a forecast.

Related hubs & trends

Navigate the lattice: hubs for browsing, trends for pricing signals.

We write these bids →
Open on SAM.gov →
Map for PA
Live POP
Place of performance
Not listed
State: PA
Contracting office
Mechanicsburg, PA • 17050-0788 USA

Point of Contact

Name
Telephone:
Email
HELEN.I.CARMELO.CIV@US.NAVY.MIL
Phone
2156970000

Agency & Office

Department
DEPT OF DEFENSE
Agency
DEPT OF THE NAVY
Subagency
NAVSUP
Office
NAVSUP WEAPON SYSTEMS SUPPORT • NAVSUP WSS MECHANICSBURG • NAVSUP WEAPON SYSTEMS SUPPORT MECH
Contracting Office Address
Mechanicsburg, PA
17050-0788 USA

More in NAICS 332722

Description

CONTACT INFORMATION|4|N741.P14|ER4|See Email|Helen.i.carmelo.civ@us.navy.mil| ITEM UNIQUE IDENTIFICATION AND VALUATION (JAN 2023)|19|||||||||||||||||||| INSPECTION OF SUPPLIES--FIXED-PRICE (AUG 1996)|2||| HIGHER-LEVEL CONTRACT QUALITY REQUIREMENT|6||||||| WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (JAN 2023)|16|Invoice and Receiving Report (Combo) Type||TBD|N00104|TBD|TBD|See Schedule|TBD|||TBD|||||| NAVY USE OF ABILITYONE SUPPORT CONTRACTOR - RELEASE OF OFFEROR INFORMATION (3-18))|1|WSS| WARRANTY OF SUPPLIES OF A NONCOMPLEX NATURE (JUNE 2003)|6|1 year after date of delivery|45 days from discovery of defect||||| BUY AMERICAN-FREE TRADE AGREEMENTS-BALANCE OF PAYMENTS PROGRAM-BASIC (FEB 2024)|11|||||||||||| OPTION FOR INCREASED QUANTITY (MAR 1989)|1|365 days after delivery| LIMITATIONS ON PASS-THROUGH CHARGES (JUN 2020)|1|| 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|600 EMP|||||||||||| NOTICE OF PRIORITY RATING FOR NATIONAL DEFENSE, EMERGENCY PERPARDENESS, AND ENRGY PROGAM USE (APRIL 2008))|2||x| The purpose of this amendment is to extend the solicitation date to February 04, 2026 for valid quotes. \ Accelerated delivery is encouraged and accepted before the delivery date(s) listed in the schedule. ^^ This solicitation will be using competitive procedures. This solicitation is for made new manufacture spare parts. This requirement will be awarded to the offeror based on the following evaluation criteria. Offers submitted will be evaluated based on the following criteria: lead time, price, past performance and capacity.Please include in your quote unit price, extended price, lead time and quote expiration date. The closing date for this solicitation is listed on page 1. The quotes may be e-mailed to the below address and must be received on or before 2:00 PM EST of the closing date. The offeror shall submit one unit price per CLIN and the unit price should be firm fixed price. Tiered pricing will not be accepted or evaluated. Source Approval Statement applies to this NSN. This is a limited competition. Any firm which is not already approved to manufacture this material must submit a Source Approval Request, SAR. This procurement will not be delayed to wait for a SAR approval. 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 e-mail. The Government's acceptance of the contractor's proposal constitutes bilateral agreement to issue contractual documents as detailed herein. The Government intends to add an option quantity to the resultant contract. In reference to the option quantity, the Government may increase the quantity of supplies called for in the Schedule at the unit price specified. The Contracting Officer may exercise the option by written notice to the Contractor within the number of days in FAR 52.217-6 herein. Delivery of the dded items shall continue at the same rate as the like items called for under the contract, unless the parties otherwise agree. \ 1. SCOPE 1.1 ;This procurement specification contains the requirements for manufacture and the contract quality requirements for ;Screw, Socket Head; for use on Navy submarines.; 2. APPLICABLE DOCUMENTS 2.1 Applicable Documents - The document(s) listed below form a part of this contract/purchase order including modifications or exclusions. 2.1.1 ;MIL-I-45208A CAN BE UTILIZED IN LIEU OF ISO9001 AND NCSL Z540.3 CAN BE UTILIZED IN LIEU OF ISO10012.; 2.1.2 Documents, drawings, and publications supplied are listed under "Drawing Number". These items should be retained until an award is made. 2.1.3 "Document References" listed below must be obtained by the Contractor. Ordering information is included as an attachment to this contract/purchase order. 2.1.4 The "Document Changes" section provides supersessions/changes to referenced documents. 2.2 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 shall take precedence. Nothing in this contract/purchase order, however, shall supersede applicable laws and regulations unless a specific exemption has been obtained. DRAWING DATA=4491147 |53711| J| |D| 0001 | J|J4999|8043752 DOCUMENT REF DATA=MIL-STD-130 | | |N |121116|A| |01| DOCUMENT REF DATA=QQ-N-281 | | |D |851023|A|2 | | DOCUMENT REF DATA=FF-S-86J | | | |250401|A| | | DOCUMENT REF DATA=EIA-649C | | | |190201|A| | | DOCUMENT REF DATA=ISO/IEC 17025 | | |A |171101|A| | | DOCUMENT REF DATA=MIL-I-45208 | | |A |810724|A| 1| | DOCUMENT REF DATA=FED-STD-H28/20B | | | |940221|A| |01| DOCUMENT REF DATA=ISO10012 | |01| |030415|A| | | DOCUMENT REF DATA=MIL-DTL-18240 | | |F |000313|A| 1| | DOCUMENT REF DATA=ISO9001 | | | |240201|A|1 | | DOCUMENT REF DATA=MIL-STD-973 | | | |950113|A| |03| DOCUMENT CHANGE DATA=MIL-F-18240 |MIL-DTL-18240 3. REQUIREMENTS 3.1 ;Design and Manufacturing - The ;Screw, Socket Head, Type IV; furnished under this contract/purchase order shall meet the material, physical and mechanical requirements as specified on Drawing 4491147, Item Number 23 including associated specifications mentioned in this procurement. ; 3.1.1 ;Qualified Products List The Self-Locking Element (Nylok, Type N) furnished under this order shall be in accordance with MIL-DTL-18240, and shall be products which are qualified on the applicable qualified products list (QPL).; 3.2 ;Marking Requirements - The supplier shall permanently mark and identify each production lot unit ;Screw, Socket Head; on the top surface with material symbol "NICU or NC", manufacture?s symbol and lot number per MIL-STD-130 and shall ;tag or bag; with drawing/item, contract and heat number. ; 3.3 ;Notification - The supplier shall notify Naval Surface Warfare Center, Philadelphia Division, (NSWCPD), 5001 S. Broad Street, Philadelphia, PA 19112-1403 by email matthew.j.ogilvie.civ@us.navy.mil, Code 242MO after award of contract.; 3.3.1 ;The NSWCPD is the acceptance activity for the Contract Data Requirements List (DD1423) Data Items. NSWCPD WAWF/IRAPT ;Acceptor; DODACC is ;N64498;.; 3.4 Configuration Control - MIL-STD-973 entitled "Configuration Management", Paragraph 5.4.8, Configuration Control (Short Form Procedure), is hereby incorporated. The Contractor shall submit all Engineering Change Proposals in accordance with MIL-STD-973, Paragraph 5.4.8.2 and Appendix D. Requests for Deviations shall be processed in accordance with MIL-STD-973, Paragraph 5.4.8.3 and Appendix E. Requests for Waivers shall be processed in accordance with MIL-STD-973, Paragraph 5.4.8.4 and Appendix E. (Original and two copies shall be submitted to Contracting Officer, NAVICP-MECH, P. O. Box 2020, Mechanicsburg Pa. 17055-0788.) 3.4.1 Configuration Control - When the Contractor has received authorization on a prior contract for the same NSN for the use of a drawing of a later revision status, that authorization is hereby extended to all succeeding contracts/purchase orders until another drawing revision is approved. The Contractor will notify the PCO of this occurrence in each instance, in the response to the solicitation. Such notification shall be in writing setting forth the contract under which the prior authorization was granted, the date of the granting of the authorization, and the name of the granting authority. Contractors shall also refer technical inquiries (other than those covered by MIL-STD-973) on company letterhead signed by a responsible company official, with copies distributed as stated below. The original and two copies of all Contractor generated correspondence regarding configuration shall be submitted to Contracting Officer, NAVICP-MECH, P.O. Box 2020, Mechanicsburg, PA 17055-0788. Contractors are cautioned that implementing engineering changes, waivers, deviations or technical inquiries into the contract/purchase order without approval of the Contracting Officer will be at the sole risk of the Contractor. 3.5 Mercury Free - The material supplied under this contract/purchase order is intended for use on submarines/surface ships and therefore shall contain no metallic mercury and shall be free from mercury contamination. Mercury contamination of the material will be cause for rejection. If the inclusion of metallic mercury is required as a functional part of the material furnished under this contract, the Contractor shall obtain written approval from the Procurement Contracting Officer before proceeding with manufacture. The contractor's request shall explain in detail the requirements for mercury, identify specifically the parts to contain mercury, and explain the method of protection against mercury escape. Such a request will be forwarded directly to the Procurement Contracting Officer with a copy to the applicable Government Inspector. Upon approval by the Contracting Officer, the vendor will provide a "Warning Plate" stating that metallic mercury is a functional part of the item and will include name and location of that part. The use of mercury, mercury compounds, or mercury-bearing instruments and/or equipment in a manner which might cause contamination in the manufacture, assembly, or test of material on this contract is prohibited. The most probable causes of contamination are direct-connected manometers, mercury vacuum pumps, mercury seals, or the handling of mercury in the immediate vicinity. Mercury switches, mercury in glass thermometers, standard cells and other items containing mercury may be used if they are located so as not to constitute a contamination hazard. If external contamination by metallic mercury occurs or is suspected, the following test may be used to determine whether contamination by metallic mercury exists or whether corrective cleaning measures have been effective. Enclose the equipment in a polyethylene bag or close-fitting airtight container for eight hours at room temperature (70 degrees F minimum).Sample the trapped air and if mercury vapor concentration is 0.01 mg/cu meter or more, the material is mercury contaminated insofar as the requirements of this contract are concerned. These requirements shall be included in any subcontract or purchase order hereunder and the Contractor shall insure SubContractor compliance with these requirements. Technical questions pertaining to these requirements shall be referred to the Procurement Contracting Officer via the cognizant Administrative Contracting Officer. For background, the following information is provided: Mercury is corrosive to gold, silver, nickel, stainless steels, aluminum and copper alloys. Stainless steels, nickel, and copper alloys are widely used in reactor plants and other submarine/surface ship systems. Accidental trapping of mercury in a component could cause serious damage to vital parts. Mercury is also toxic if inhaled, ingested, or absorbed through the skin. It is evident that grave consequences could result from small amounts of mercury vapor present in an unreplenished submarine/surface ship atmosphere. 4. QUALITY ASSURANCE 4.1 Responsibility for Inspection - Unless otherwise specified in the contract/purchase order, the Contractor is responsible for the performance of all inspection requirements as specified herein. Except as otherwise specified in the contract/purchase order, the Contractor may use his own or any other facilities suitable for the performance of the inspection requirements specified herein, unless disapproved by the Government. The Government reserves the right to perform any of the inspections set forth in the specification where such inspections are deemed necessary to assure supplies and services conform to prescribed requirements. 4.2 Responsibility for Compliance - All items must meet all requirements of this contract/purchase order. The inspection set forth in this specification shall become a part of the Contractor's overall inspection system or quality program. The absence of any inspection requirements shall not relieve the Contractor of the responsibility of assuring that all products or supplies submitted to the Government for acceptance comply with all requirements of the contract/purchase order. Sampling in quality conformance does not authorize submission of known defective material, either indicated or actual, not does it commit the Government to acceptance of defective material. 4.3 Records - Records of all inspection work by the Contractor shall be kept complete and available to the Government during the performance of contract/purchase order and for a period of 365 calendar days after final delivery of supplies. 4.4 ;Inspection System - The Supplier's Quality Inspection System shall be in accordance with MIL-I-45208 or ISO 9001 and ISO/IEC 17025 or ISO 10012. The supplier shall develop and submit their written Quality Inspection and Test Plan as indicated on the Contract Data Requirements List (DD Form 1423). Government approval of the supplier's written Quality Inspection and Test Plan is required by the contract. CDRL: QUALITY INSPECTION & TEST PLAN per MIL-I-45208, NCSL Z540.3 and DI-QCIC-81110; 4.5 ;Finished Edges - Finished edges shall be in accordance with the applicable drawing requirements.; 4.6 ;Threads - Threads shall be inspected in accordance with FED-STD-H28/20 System 22 requirements as required by FF-S-86 (in accordance with ASME B1.3). Thread inspection shall include the measurement and recording of the major diameter for external threads and the minor diameter for internal threads.; 4.7 ;Material Control - The supplier shall have an effective material control system that provides for certified quantitative mill or industrial laboratory reports of chemical and physical analysis by heat, lot or batch for raw material ordered for production units. If the material is subsequently heat-treated, a certification of physical analysis after heat treatment is also required for each heat lot or batch. Also, where the applicable material specification calls out (e.g., corrosion resistance test, macro-etch test) these test results shall also be reported on the applicable mill or industrial laboratory report. The physical analysis shall establish the following properties for metallic part: Mechanical Properties (Ultimate Tensile Strength, Yield Strength and Elongation). ; 4.8 ;Production Lot. ; 4.8.1 ;Visual/Dimensional Inspection - The supplier shall visually and physically inspect 100% the production lot units and record the actual measurements of each dimension and feature including threads (also the major diameter for external threads) prior to installation of self-locking element identified on the applicable drawing. Threads shall be inspected 100% and results recorded. ; 4.9 ;Production Lot Testing/Inspection Report and Acceptance - (Supplier Testing/Inspection). The supplier shall submit for the completed production units ;Screw, Socket Head; testing/ inspection reports in compliance with the applicable Data Item Descriptions (DIDs), drawing and specifications. The Production Lot Testing/Inspection report shall consist of ;Certified Mill Certification; Certificate of Conformance for Material; Visual/Dimensional Inspection Report and Mercury Exclusion Certification; identified in the Objective Quality Evidence Records Section of this document, and as indicated on the Production Lot Test/Inspection (PLT) Contract Data Requirements List (DD Form 1423). Government approval of the production lot testing/ inspection report is required prior to shipment of production lot units. CDRL: PRODUCTION LOT TESTING/INSPECTION REPORT per DI-NDTI-80809B; 4.10 ;Production Lot Inspection/Acceptance - (Supplier Testing/Inspection). The supplier shall submit for the production lot units, the inspection and test reports identified in the Objective Quality Evidence Records Section of this document and as indicated on the Production Lot Testing/Inspection (PLT) Contract Data Requirements List (DD Form 1423). Government approval is required prior to shipment of production units. ; 4.11 ;Final Inspection and Acceptance - Final inspection and acceptance of production lots shall be made by the cognizant DCMA-QAR in conjunction with the Specific Government Inspection Instructions (SGIIs) furnished by NSWCPD. In addition to the normal DCMA surveillance, the production unit(s) shall be under the surveillance of NSWCPD Quality Assurance Specialist as required. ; 4.12 ;Objective Quality Evidence Records - The supplier shall maintain Objective Quality Evidence Data (OQEDs) of raw material and finished parts. Records shall be traceable by drawing/item, heat, lot and contract number. All OQEDS shall be clearly legible including name and title. The supplier may provide exact (quality) photocopies of objective quality evidence records being delivered under this purchase order instead of originals. ; 4.12.1 ;The supplier shall furnish a copy of the following OQEDs listed below and as indicated on the Contract Data Requirements List (DD Form 1423) for acceptance. The reports shall be correlated to the drawing/item, heat, lot and contract number. Supplier format is acceptable for the below listed CDRLs. a. Certified Quantitative Mill or Industrial Laboratory Certification (chemical and physical analysis). CDRL: CERTIFIED MILL CERTIFICATE per DI-MISC-82386 b. Certificate of Conformance for Material (certifying Self-Locking Element, Type N in accordance with the drawing 4491147 and MIL-DTL-18240 requirements). CDRL: CERTIFICATE OF CONFORMANCE per DI-MISC-82386 c. Visual/Dimensional Inspection Reports shall show all the characteristics, the actual measurement results of each dimension and feature inspected including threads (also the major diameter for external threads), contract number, name of supplier, drawing/item number, drawing revision letter, heat and lot number, material symbol "NICU or NC" and manufacture's symbol of finished parts, item nomenclature, inspector's acceptance signature and date. CDRL: VISUAL/DIMENSIONAL INSPECTION REPORT per DI-NDTI-80809B d. Mercury Exclusion Certification (representing the contract units shipment) CDRL: MERCURY EXCLUSION CERTIFICATION per DI-MISC-82386; 5. PACKAGING 5.1 Preservation, Packaging, Packing and Marking - Preservation, Packaging, Packing and Marking shall be in accordance with the Contract/Purchase Order Schedule and as specified below. MIL-STD 2073 PACKAGING APPLIES AS FOUND ELSEWHERE IN THE SCHEDULE 6. NOTES 6.1 Ordering Information for Document References - The Department of Defense Single Stock Point (DODSSP), Website http://www.dsp.dla.mil/, provides product information for the Department Of Defense Index Of Specifications and Standards (DODISS) (i.e.Military/Federal Specifications and Standards), Data Item Descriptions (DIDs), and other DODSSP Products. A. Availability of Cancelled Documents - The DODSSP offers cancel…

Files

Files size/type shown when available.

No downloadable attachments detected for this notice.

BidPulsar Analysis

A practical, capture-style breakdown of fit, requirements, risks, and next steps.

Analysis is being generated for this notice. Check back shortly.

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.