Search Contract Opportunities

SPMYM123Q0058 -> Spmym123q0058   2

ID: N421583072B927 • Type: Presolicitation

Description

SYNOPSIS:

The Defense Logistics Agency (DLA) Maritime Norfolk at Norfolk Naval Shipyard (NNSY) intends to award a Firm Fixed Price (FFP) Single Award Contract for the items listed below. The required items are for commercial items prepared in accordance with the information in FAR Part 13 and FAR Subpart 12.6, as supplemented with the additional information included in this notice.

The Contract Line Items (CLINs) are as follows:

CLIN 0001 CLIN 005

CLIN 0001- CAPSCREW

QTY: 1 EA

DESCRIPTION

1.375-6 UNRC-2A X 4.75 ASTM 8446, GR. 1, INCONEL 625 82 DEGREE FLAT HEAD SOCKET CAP SCREW PER FF-S-86 REV. H, TY IV, LOT DEF. A, WITH A NYLON PELLET INSERT & 6 DOTS ON THE HEAD, PER MIL-DTL-18240 REV. F, AM. 1, TY. N,

MODIFIED AS FOLLOWS: .281 DIAMETER PELLET, .250-.281 DEPTH OF HOLE DRILLED FOR PELLET, .557-.723 DISTANCE FROM CENTERLINE OF HOLE TO END OF BOLT, 1.367 - 1.377 DIAMETERAL DIMENSION AT INSERT ROD LOCATION, 193 INCH LBS MINIMUM BREAKAWAY TORQUE & 1200 INCH LBS MAXIMUM LOCKING TORQUE INSTALLATION OR REMOVAL.

MIN YIELD 80 KSI, NDT INSPECTION PER NOTE 7003, SEE NOTES 60 AND 7001 OF DWG 150-8217366

FF-S-86

ORDERING DATA:

A) SCREW, CAP, FLH 82 SOCKET HEAD; FF-S-86H; JANUARY 27, 2021

B) TYPE IV; FLH 82 SOCKET HD CAP, 1.375-6UNRC-2A X 4.000 MOD, ASTM 8446, GR-1, ALY-N06625

C) N/A

D) N/A

E) N/A

F) N/A

G) UNC; 3A

CLIN 0002: CAPSCREW

QTY:9

SCH FLH 82; 1.375-6UNRC-2A X 4.250; (ASTM 8446, GR-1, AL Y-N06625)

MODIFIED AS FOLLOWS: .281 DIAMETER PELLET, .250-.281 DEPTH OF HOLE DRILLED FOR PELLET, .557-.723 DISTANCE

FROM CENTERLINE OF HOLE TO END OF BOLT, 1.367 - 1.377 DIAMETERAL DIMENSION AT INSERT ROD LOCATION, 193 INCH

LBS MINIMUM BREAKAWAY TORQUE & 1200 INCH LBS MAXIMUM LOCKING TORQUE INSTALLATION OR REMOVAL.

MIN YIELD 80 KSI, NDT INSPECTION PER NOTE 7003, SEE NOTES 60 AND 7001 OF DWG 150-8217366

FF-S-86

ORDERING DATA:

A) SCREW, CAP, FLH 82 SOCKET HEAD; FF-S-86H; JANUARY 27, 2021

B) TYPE IV; FLH 82 SOCKET HD CAP, 1.375-6UNRC-2A X 4.250 MOD, ASTM 8446, GR-1, ALY-N06625

C) N/A

D) N/A

E) N/A

F) N/A

G) UNC; 3A

CLINN 0003: CAPSCREW

QTY: 9

SCH FLH 82; 1.375-6UNRC-2A X 4.500; (ASTM 8446, GR-1, ALY-N06625). SLF/LKG

MODIFIED AS FOLLOWS: .281 DIAMETER PELLET, .250-.281 DEPTH OF HOLE DRILLED FOR PELLET, .557-.723 DISTANCE

FROM CENTERLINE OF HOLE TO END OF BOLT, 1.367 - 1.377 DIAMETERAL DIMENSION AT INSERT ROD LOCATION, 193 INCH

LBS MINIMUM BREAKAWAY TORQUE & 1200 INCH LBS MAXIMUM LOCKING TORQUE INSTALLATION OR REMOVAL.

MIN YIELD 80 KSI, NDT INSPECTION PER NOTE 7003, SEE NOTES 60 AND 7001 OF DWG 150-8217366

FF-S-86

ORDERING DATA:

A) SCREW, CAP, FLH 82 SOCKET HEAD; FF-S-86H; JANUARY 27, 2021

B) TYPE IV; FLH 82 SOCKET HD CAP, 1.375-6UNRC-2A X 4.500 MOD, ASTM 8446, GR-1, ALY-N06625

C) N/A

D) N/A

E) N/A

F) N/A

G) UNC; 3A

CLIN 0004: CAPSCREW

QTY: 1

SCH FLH 82; 1.375-6UNRC-2A X 4.750; (ASTM 8446, GR-1, ALY-N06625).

MODIFIED AS FOLLOWS: .281 DIAMETER PELLET, .250-.281 DEPTH OF HOLE DRILLED FOR PELLET, .557-.723 DISTANCE

FROM CENTERLINE OF HOLE TO END OF BOLT, 1.367 - 1.377 DIAMETERAL DIMENSION AT INSERT ROD LOCATION, 193 INCH

LBS MINIMUM BREAKAWAY TORQUE & 1200 INCH LBS MAXIMUM LOCKING TORQUE INSTALLATION OR REMOVAL.

MIN YIELD 80 KSI, NDT INSPECTION PER NOTE 7003, SEE NOTES 60 AND 7001 OF DWG 150-8217366

FF-S-86

ORDERING DATA:

A) SCREW, CAP, FLH 82 SOCKET HEAD; FF-S-86H; JANUARY 27, 2021

B) TYPE IV; FLH 82 SOCKET HD CAP, 1.375-6UNRC-2A X 4.750 MOD, ASTM 8446, GR-1, ALY-N06625

C) N/A

D) N/A

E) N/A

F) N/A

G) UNC; 3A

CLIN 0005: THREAD SAVER

QTY:7

0.750-10UNC-2A X 2.0 LONG; MANF FROM 1.000 DIA, 08434/AF DE-588

DELRIN

The requirement will be solicited as a total small business set aside. The NAICS code applicable to this procurement is 332722, Bolt, nut, screw, rivet, and washer with a size standard of 500. The Product Service Code is 5305, Bolt, nut, screw, rivet, and washer.

The anticipated delivery date for this acquisition is 30 days after contract award. The solicitation, any documents related to this procurement, and all amendments issued will be in electronic form only. THE SOLICITATION IS NOT YET AVAILABLE.

The solicitation number is SPMYM123Q0058, and it is expected to be available on or about 16 MAY 2023 and posted to SAM.gov, https://sam.gov/ Quotes will be due by 1:00 PM EST on 22 MAY 2023. Responses to the solicitation notice shall be emailed to the attention of Sheree McDonnell at sheree.mcdonnell@dla/mil. Please make sure that the solicitation number (SPMYM123Q0058) is included in the subject line of any email correspondence. Emails without subject lines will not be read because of security issues.

Potential offerors are hereby notified that the solicitation and any subsequent amendments will only be available by downloading the documents at www.SAM.gov (Contracting Opportunities). The Government is not responsible for inability of the Offeror's to access solicitation documents posted. No telephone or FAX requests will be accepted, and no hardcopy solicitation/amendment will be mailed or faxed.

All responsible sources may submit a proposal which may be considered by the Government. By submitting a quote, the offeror will be self-certifying that neither the principal corporate officials nor owners are currently suspended, debarred, or otherwise ineligible to receive contracts from any federal agency. Failure to do so may represent grounds for refusing to accept the proposal. By submission of a proposal, the offeror acknowledges the requirement that a prospective awardee must be registered in the System for Award Management (SAM) database prior to award, during performance, and through final payment of any contract resulting from the solicitation, except for awards to foreign vendors for work to be performed outside the United States. Lack of registration in the SAM database will make an offeror ineligible for award. Offerors may obtain information on registration and annual confirmation requirements by calling 1-866-606-8220, or via the Internet at https://www.sam.gov. All questions shall be submitted in accordance with the solicitation, dates, and procedures. Please direct all questions regarding this requirement to Sheree McDonnell at sheree.mcdonnell@dla/mil..

Overview

Response Deadline
May 22, 2023, 3:30 p.m. EDT Past Due
Posted
May 16, 2023, 8:19 a.m. EDT
Set Aside
Small Business (SBA)
Place of Performance
Portsmouth, VA 23709 USA
Source
SAM

Current SBA Size Standard
600 Employees
Pricing
Fixed Price
Est. Level of Competition
Average
Odds of Award
73%
Signs of Shaping
85% of obligations for similar contracts within the Defense Logistics Agency were awarded full & open.
On 5/16/23 DLA Land and Maritime issued Presolicitation N421583072B927 for SPMYM123Q0058 -> Spmym123q0058 due 5/22/23. The opportunity was issued with a Small Business (SBA) set aside with NAICS 332722 (SBA Size Standard 600 Employees) and PSC 5305.
Primary Contact
Name
Sheree McDonnell   Profile
Phone
(757) 375-9313

Documents

Posted documents for Presolicitation N421583072B927

Question & Answer

Opportunity Lifecycle

Procurement notices related to Presolicitation N421583072B927

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Presolicitation N421583072B927

Similar Active Opportunities

Open contract opportunities similar to Presolicitation N421583072B927

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEFENSE LOGISTICS AGENCY (DLA) > DLA MARITIME > DLA MARITIME SHIPYARDS > DLA MARITIME - NORFOLK
FPDS Organization Code
97AS-SPMYM1
Source Organization Code
500032825
Last Updated
June 6, 2023
Last Updated By
sheree.mcdonnell@dla.mil
Archive Date
June 7, 2023