53--SCREW, CAP, SLFLKG
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The Department of the Navy, specifically NAVSUP Weapon Systems Support Mechanicsburg, has issued a Solicitation for SCREW, CAP, SLFLKG (Product Service Code 5305). This is a Total Small Business Set-Aside opportunity. The material is designated as SPECIAL EMPHASIS material due to its critical use in shipboard systems, requiring stringent quality control. Responses are due by May 4, 2026.
Scope of Work
This procurement is for Corrosion Resistant Steel (CRES) self-locking cap screws, Type 6, 0.190-24UNRC-3A X 1.500" long, with a self-locking element conforming to MIL-DTL-18240. Non-metallic components must meet NAVSEA SS800-AG-MAN-010/P-9290 toxicity and flammability requirements. Key requirements include:
- Marking: Self-locking screws must be marked with six distinct dots.
- Testing: Mandatory Wedge Tensile Tests (per MIL-DTL-1222, ASTM-F606, ASTM-A574) and FF-S-86 mechanical/metallographic testing (ASQ Z1.4 Inspection Level S-1, AQL = 1.0).
- Mercury Free: Materials must be free of mercury and mercury-containing compounds.
- Configuration Control: Contractors must maintain total equipment baseline configuration. Waivers/Deviations and Engineering Change Proposals (ECPs) for Class I or II changes require Government review and approval.
Quality Assurance & Certification
- Quality System: Contractors must maintain a quality system compliant with ISO-9001 (amplified/modified) and ISO-10012 or ANSI-Z540.3 with ISO-17025. MIL-I-45208 with MIL-STD-45662 is an acceptable alternative. Documented quality system procedures are required prior to award (CDRL DI-QCIC-81110).
- Government Quality Assurance (GQA): GQA will be performed at the source. Contractors must notify the local Defense Contract Management Agency (DCMA) office upon order receipt.
- Traceability: Traceability from material to Objective Quality Evidence (OQE) must be maintained per MIL-STD-792, including for subcontracted operations.
- Final Inspection: Material sampling per ANSI/ASQ-Z1.4 (or SPC if approved) and 100% inspection of OQE and certification test reports.
- Certificate of Compliance (C of C): A positive and unqualified C of C is required for SPECIAL EMPHASIS material (CDRL DI-MISC-80678), detailing traceability, contract information, NSN, and other specific data. Certification data must be submitted to Portsmouth Naval Shipyard (PNSY) via Wide Area Work Flow (WAWF) for review and acceptance prior to each shipment.
Contract & Timeline
- Type: Solicitation
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- Response Due: May 4, 2026, 8:30 PM EDT
- Published: April 3, 2026
- Delivery Schedule: Certification data CDRLS 20 days prior to delivery, PNSY review 18 working days, Final material delivery 200 days.
Additional Notes
Offerors should utilize the Electronic Contractor Data Submission (ECDS) system (https://register.nslc.navy.mil/) for certain data submissions and inquiries. Specific WAWF instructions for submission of certification data to PNSY are provided, including