SCREW,MACHINE
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 / NAVSUP Weapon Systems Support Mechanicsburg has issued a Solicitation for the procurement of 74 Machine Screws (NSN 1HM 5305 010877548). These screws are specifically for use on Navy submarines and must meet stringent design, manufacturing, and quality requirements. This opportunity is a 100% Total Small Business Set-Aside. Quotations are due by April 17, 2026, at 8:30 PM EDT.
Scope of Work
This procurement requires the manufacture of 74 Machine Screws (NSN 1HM 5305 010877548), specifically "Screw, Flat Head, Type IV," for Navy submarines. Key requirements include:
- Compliance with Drawing 4491149, Item No. 9, and associated specifications.
- Self-Locking Element Nylok (Configuration A) in accordance with MIL-DTL-18240 and from a Qualified Products List (QPL).
- Permanent marking with manufacturer's symbol and "NICU" material identification per FF-S-86 and MIL-STD-130.
- Strict Mercury-Free requirements for all materials, with specific testing and approval processes if mercury is functionally required.
- Configuration control in accordance with MIL-STD-973, including procedures for Engineering Change Proposals, Deviations, and Waivers.
Contract & Timeline
- Type: Solicitation (Request for Quotations - RFQ)
- Set-Aside: Total Small Business (100%)
- Response Due: April 17, 2026, 8:30 PM EDT
- Published: March 17, 2026, 11:16 AM EDT
- Agency: Department of the Navy, NAVSUP Weapon Systems Support Mechanicsburg
Evaluation Factors
Award will be made to the responsible offeror providing the best value to the Government, considering both price and non-price factors.
- Price: Evaluated.
- Non-Price Factors: Approximately equal to price when combined.
- Delivery Lead Time: Proposed lead times and schedules will be evaluated, with shorter, more favorable times rated higher.
- Past Performance: Evaluation of successful performance, quality, timeliness, cost management, communication, proactive management, and customer satisfaction on related contracts.
Quality Assurance
The contractor is responsible for all inspection requirements. The Quality Inspection System must comply with MIL-I-45208 or ISO 9001 and NCSL Z540.3 or ISO 10012. Key quality requirements include:
- Development and submission of a written Quality Inspection and Test Plan (CDRL A001), requiring Government approval prior to production.
- Material control system providing certified quantitative mill or industrial laboratory reports for chemical and physical analysis.
- 100% visual/dimensional inspection of production lot units, including thread measurements.
- Submission of Production Lot Testing/Inspection Reports (CDRL A002), including Certified Mill Certification, Certificate of Conformance for Material, Visual/Dimensional Inspection Report, and Mercury Exclusion Certification. Government approval is required prior to shipment.
- Final inspection and acceptance by cognizant DCMA-QAR in conjunction with NSWCPD.
- Maintenance of Objective Quality Evidence Data (OQEDs) traceable by drawing/item, heat, lot, and contract number.
Additional Notes
Offerors must comply with Buy American-Free Trade Agreements-Balance of Payments Program requirements. Payment instructions are via Wide Area Workflow (WAWF), with the Invoice and Receiving Report (Combo) Type. Technical inquiries regarding configuration control should be submitted in writing to the Contracting Officer.