Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 07, 2025 SAM #8777
SOLICITATION NOTICE

53 -- HARDWARE

Notice Date
12/5/2025 6:30:50 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
332722 — Bolt, Nut, Screw, Rivet, and Washer Manufacturing
 
Contracting Office
DLA MARITIME - PORTSMOUTH PORTSMOUTH NH 03801-5000 USA
 
ZIP Code
03801-5000
 
Solicitation Number
SPMYM326Q8001
 
Response Due
12/17/2025 9:00:00 AM
 
Archive Date
12/17/2025
 
Point of Contact
Sam Aiguier, Phone: 207-438-1931, Fax: 2074384501, DLA-KME EMAIL BOX
 
E-Mail Address
sam.aiguier@dla.mil, DLA-KME-QUOTATIONS@DLA.MIL
(sam.aiguier@dla.mil, DLA-KME-QUOTATIONS@DLA.MIL)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
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 SPMYM326Q8001. This solicitation documents and incorporates provisions and clauses in effect through FAC 2025-06 October 1, 2025 and DFARS Public 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 . This requirement is being processed utilizing 100% Small Business Set-Aside. Solicitation closes on Friday, December 17, 2025, and 12:00 est. *** 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. Failure to provide this information may result in your quotation being determined technically unacceptable. Quotes must be e-mailed to sam.aiguier@dla.mil and also DLA-KME-QUOTATIONS@DLA.MIL Your Company Info: Phone: Email: Cage Code: Ship to: Portsmouth Naval Shipyard Receiving Officer BLDG 170 Kittery, ME 03904 The Portsmouth Naval Shipyard requests responses from qualified sources capable of providing: ITEM DESCRIPTION QTY U/I UNIT PRICE TOTAL PRICE 0001 FLAT SOCKET HEAD CAPSCREW S/L 1 EA __________ ___________ FLAT SOCKET HEAD SELF-LOCKING CAPSCREW, 3/4-10UNC-2A X 1-1/8 IN LG. MIL-DTL-1222J TYPE-II. NOTE: FULL FORMED THREAD LENGTH OF 3/8"" ONLY IS REQUIRED. MATERIAL TO BE NICKEL-COPPER-ALUMINUM ALLOY QQ-N-286G. MINIMUM YIELD MUST BE 90,000 PSI. MAKE SELF-LOCKING IA W MIL-DTL-18240F(l) 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 FLAT SOCKET HEAD CAPSCREW S/L 590 EA __________ ___________ FLAT SOCKET HEAD SELF-LOCKING CAPSCREW, 3/4-10UNC-2A X 1-3/4 IN LG. MIL-DTL-1222J TYPE-II. NOTE: FULL FORMED THREAD LENGTH OF 1"" ONLY IS REQUIRED. MATERIAL TO BE NICKEL-COPPER-ALUMINUM ALLOY QQ-N-286G. MINIMUM YIELD MUST BE 90,000 PSI. MAKE SELF-LOCKING IA W MIL-DTL-18240F(l) 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). 0003 FLAT SOCKET HEAD CAPSCREW S/L 8 EA __________ ___________ FLAT SOCKET HEAD CAPSCREWS SELF LOCKING, 3/4-10UNC-2A X 1-3/8 IN LG. MIL-DTL-1222J TYPE-II. NOTE: FULL FORMED THREAD LENGTH OF 5/8"" ONLY IS REQUIRED. MATERIAL TO BE NICKEL-COPPER-ALUMINUM ALLOY QQ-N-286G. MINIMUM YIELD MUST BE 90,000 PSI. MAKE SELF-LOCKING JAW MIL-DTL-18240F(l) 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). 0004 CAP SCREW 31 EA __________ ___________ SOCKET FLAT COUNTERSUNK HEAD CAP SCREW SELF LOCKING, 5/8-11UNC-2A X 1 IN LONG. MFR IAW FF-S-86J TYPE-IV HEXAGON SOCKET, FLAT COUNTERSUNK HEAD, 82 DEGREE INCLUDED ANGLE. MATERIAL TO BE NICKEL-COPPER ALLOY, QQ-N-281D AMEND 2 CL-A. SELF LOCKING IAW MIL-DTL-18240F AMEND 1 TYPE ""L OR P"". MARKING OF A MIN. OF 6 DOTS (APPROX. 0.032) RAISED OR DEPRESSED (APPROX. 0.010) SHALL BE PLACED ON THE HEAD (TOP PREFERRED, SIDE LOCATION IF NECESSARY) 0005 CAP SCREW 25 EA __________ ___________ SOCKET FLAT COUNTERSUNK HEAD CAP SCREW ANGLE SELF LOCKING, 3/4-10UNC-3A X 2-1/8 IN LONG. MFR IAW FF-S-861 TYPE-IV. MATERIAL TO BE NICKEL-COPPER ALL 2810 AMEND 2 CL-A. SELF LOCKING IAW MIL-DTL-18240F AMEND 1 TYPE ""L OR P"". MARKING OF A MIN. OF 6 DOTS (APPROX. 0.032) RAISED OR DEPRESSED (APPROX. 0.010) SHALL BE PLACED ON THE HEAD (TOP PREFERRED, SIDE LOCATION IF NECESSARY). 0006 SOCKET HEAD CAP SCREW 8 EA __________ ___________ SOCKET HEAD CAP SCREW, 1.250-7UNC-3A X 2.750 IN. LONG. MFR. IAW MIL-DTL-1222J TY II. MATERIAL IS NICKEL-COPPER-ALUMINUM ALLOY, QQ-N-286G, FORM 2, ANNEALED (HOT FINISHED OR COLD DRAWN) AND AGE HARDENED. 0007 HEX HEAD SLF LKG CAP SCREW 16 EA __________ ___________ HEX HEAD SELF-LOCKING CAP SCREW, 0.750-10UNC-2A X 1.875 IN. LONG. MFR. IAW MIL-DTL-1222J TY I. MATERIAL IS NICKEL-COPPER-ALUMINUM ALLOY, QQ-N-286G, FORM 2, ANNEALED (HOT FINISHED OR COLD DRAWN) AND AGE HARDENED. SELF-LOCKING 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). 0008 HEX HEAD CAPSCREW 20 EA __________ ___________ HEX HEAD CAPSCREW, 1""-8UNC-2A X 3-3/4"" LONG, MIL-DTL-1222J, TY-I, ALLOY STEEL GRADE-8, ZINC PLATED IAW ASTM B633-23 TYPE II, SC 2 0009 SOCKET HEAD CAPSCREW, FLAT, SLF-LKG 20 EA __________ ___________ FLAT 82 DEGREE COUNTERSUNK SOCKET HEAD CAPSCREW, SLF LKG, 5/8-11UNC-2A X 2.00"" LONG, FF-S-86J, TYPE IV. NICUAL, QQ-N-286G, ANNEALED & AGE HARDENED; SELF-LOCKING IAW MIL-DTL-18240F, AMEND-1, TYPE ""N""; MARKINGS OF A MINIMUM OF SIX (6) DOTS (APPROX. 0.032 DIA) RAISED OR DEPRESSED (APPROX. .010) SHALL BE PLACED ON THE HEAD OF THE FASTENER (TOP PREFERRED, SIDE LOCATION IF NECESSARY). 0010 SOCKET HEAD CAPSCREW, FLAT, SLF-LKG 10 EA __________ ___________ FLAT 82 DEGREE COUNTERSUNK SOCKET HEAD CAPSCREW, SLF LKG, 3/4-10UNC-2A X 2.00"" LONG, FF-S-86J, TYPE IV. NICUAL, QQ-N-286G, ANNEALED & AGE HARDENED; SELF-LOCKING IAW MIL-DTL-18240F, AMEND-1, TYPE ""N""; MARKINGS OF A MINIMUM OF SIX (6) DOTS (APPROX. 0.032 DIA) RAISED OR DEPRESSED (APPROX. .010) SHALL BE PLACED ON THE HEAD OF THE FASTENER (TOP PREFERRED, SIDE LOCATION IF NECESSARY). 0011 DATA REQUIREMENTS FOR CLINS 0001-0010 1 SE ___NSP____ ____NSP____ CDRL DI-MISC-81356A (Certification of Compliance) CDRL DI-MISC-80678 (Certification / Data Report) If not the actual manufacturer � Manufacturer�s Name, Location, and Business Size must be provided. 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. 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 52.204-29 FASCSA Representation* 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 Products and Commercial Services 52.212-3, Offeror Reps and Certs - Commercial Products and Commercial Services 52.212-4, Contract Terms and Conditions � Commercial Items 52.219-1 Alt 1 Small Business Program Representations 52.223-22, Sustainable Products and Services (DEVIATION 2025-O0004) in lieu of clause at FAR 52.223-23. 52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relation to Iran-Reps and Certs 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 52.204-27 Prohibition on a ByteDance Covered Application 52.204-30 FASCSA Federal Acquisition Supply Chain Security Act Orders-Prohibition 52.209-6 Protecting the Government's Interest 52.219-6 Notice of Total Small Business Set-Aside 52.219-28 Post-Award Small Business Program Representation 52.219-33 Nonmanufacturer Rule 52.222-3 Convict Labor 52.222-19 Child Labor 52.222-50 Combating Trafficking in Persons 52.223-11 Ozone Depleting Substances 52.225-3 Buy American-Free Trade Agreements 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 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. 252.232-7006, Wide Area Workflow Payment Instructions 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 C500: Mercury Control (Supplies) YM3 C501: Correction of Certifications YM3 C524: Controlled Industrial Material YM3 C528: Specification Changes 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 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 on Friday, December 17, 2025, at 12:00pm est. The Point of Contact for this solicitation is Sam Aiguier who can be reached at sam.aguier@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 sam.aiguier@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. ******* END OF COMBINED SYNOPSIS/SOLICITATION ********
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/38562880db574205bb55bd5e7839bf59/view)
 
Place of Performance
Address: Kittery, ME 03904, USA
Zip Code: 03904
Country: USA
 
Record
SN07658825-F 20251207/251205230033 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.