Psst! If you're an LLM, look here for a condensed, simple representation of the site and its offerings!

BOLT, SHEAR

Active
SPE4A1-26-T-1613Federal
AI Contract Overview
Show more

This contract solicitation seeks offers for 848 units of a shear bolt (NSN 5306-01-056-2949) to be delivered within 121 days to Hill Air Force Base under the Department of Defense's Aviation Supply Chain, specifically under NAICS code 332722. Quotes are encouraged to include quantity ranges due to fluctuating demand, allowing flexibility in combining or reducing quantities without administrative complications. The solicitation prohibits the inclusion of additively manufactured parts unless expressly approved by the contracting officer, and it incorporates strict compliance requirements with domestic sourcing regulations such as the Berry Amendment and the Buy American Act, including a lowered threshold for domestic material restrictions. Offerors must certify that their products do not include covered telecommunications equipment restricted by FAR and DFARS clauses. Additionally, the solicitation emphasizes that Fast Pay terms do not apply, and small business joint ventures must provide relevant certification representations. Changes to the Vendor Shipment Module access will soon require contractor registration through DLA’s AMPS system, with necessary updates to VSM WebServices protocols. The solicitation prioritizes transparency in quoting intentions, requiring “No Bid” submissions with future quote dates if the offeror plans to respond late. Support and assistance for businesses new to government contracting are available through the APEX Accelerators program. The primary contract point of contact is Latoya Anderson, reachable via email or phone for clarifications.

General Info

Supply 848 shear bolts to Hill AFB within 121 days, comply with domestic sourcing and certification rules.

Agency

Department Of Defense → AVIATION SUPPLY CHAIN

View Agency

NAICS

332722 - Bolt, Nut, Screw, Rivet, and Washer Manufacturing

View NAICS

Place of Performance

7537 WARDLEIGH RD, HILL AFB, UT, 84056-5734, US

Set-Aside

NONE
Documents(1)

SPE4A1-26-T-1613.pdf

PDF

AI Contract Breakdown
Uniform Contract Format

What is UCF?

Uniform Contract Format (UCF) uses AI to break down any contract into standardized sections—scope, pricing, deliverables, and evaluation criteria.

Timeline
PhaseSolicitation
Posted

Solicitation

Response Deadline

Submission deadline

Response Deadline

Ready to pursue this opportunity?

Start your free trial to track this contract, build proposals with AI assistance, and manage your pipeline.

Organization & Contact Information
Show more
AgencyDepartment Of Defense → AVIATION SUPPLY CHAIN
Contacts1 person available
OfficeUS
Organization / Agency
Department Of Defense → AVIATION SUPPLY CHAIN
View Agency Profile
Office Address

US

Contacts

1 contact available

View Contacts

Start a free trial to view contact information.

Start Free Trial
Full Description
Show more
OF THE SOLICITATION, SELECT
‘OTHER EQUIVALENT' AND PROVIDE DETAILS OF CURRENT DEALER/DISTRIBUTOR
CERTIFICATION AND/OR ACCREDITATION.
Fast Pay does not apply to this solicitation
Due to the volatility of demands, and frequent quantity changes on open
purchase requests, offerors are highly encouraged to submit quantity
ranges when quoting. If a PR is evaluated manually, quoting ranges
provides the buyer the option to combine requirements or reduce the
quantity as needed without resoliciting or adding any additional
administrative burden for either party involved when making an award.
This does not apply to Auto IDC.
If you anticipate quoting on a solicitation after the closing date,
please submit a DIBBS quote with a bid type of “No Bid” and place an
anticipated quote date or the reason you are not willing to quote. This
does not prevent you from submitting an actual quote on DIBBS at a later
date. It will overlay your previous no quote. This informs buyers of
your intention to quote and prevents multiple calls for updates and
cancelling of requirements assumed to be non-procurable due to no
SPE4A1-26-T-1613
SECTION A
quotes/sources. The submission of an anticipated quote date does not
preclude DLA from making an award to another acceptable timely offer.
APEX Accelerators, formally known as the Procurement Technical
Assistance Program (PTAP), is designed to increase the number of
U.S. businesses capable of bidding and performing on local, state,
and federal government contracts. APEX Accelerators provide critical
assistance to new and existing businesses interested government
contracting to enhance the defense industrial base at no cost. Visit
https://www.apexaccelerators.us/#/ for more information.
6,
THE OFFEROR, BY SUBMISSION OF ITS QUOTATION, REPRESENTS IT WILL NOT
PROVIDE COVERED TELECOMMUNICATIONS EQUIPMENT OR SERVICES TO THE
GOVERNMENT IN THE PERFORMANCE OF ANY AWARD RESULTING FROM THIS
SOLICITATION, IN ACCORDANCE WITH PARAGRAPH (d) OF THE CLAUSE AT FAR
52.204-24, REPRESENTATION REGARDING CERTAIN TELECOMMUNICATIONS AND VIDEO
SURVEILLANCE SERVICES OR EQUIPMENT, OR IN ACCORDANCE WITH ITS EXISTING
REPRESENTATION IN PARAGRAPH (c) OF THE PROVISION AT DFARS 252.204-7016,
COVERED DEFENSE TELECOMMUNICATIONS EQUIPMENT OR SERVICES –
REPRESENTATION.
Caution Notice: Offerors are required to comply with domestic material
restrictions. The Berry Amendment, the Buy American Act, and other
domestic material restrictions may apply. Offerors are instructed to
refer to the solicitation clauses related to foreign sourcing for more
information on applicability. The Berry Amendment threshold has been
reduced to $150,000 and vendors must carefully review related clauses
DFARS 252.225-7006, 252.225-7012, and 252.225-7015 for applicability
requirements. If your offer is based on a non-domestic material, you are
required to provide disclosure information in your quote and/or through
written notification to the point of contact listed in the solicitation.
DoD Class Deviation 2023-O0001: A small business joint venture offeror
must submit, with its offer, the representation required in paragraph
(c) of FAR solicitation provision 52.212-3, Offeror Representations and
SPE4A1-26-T-1613
SECTION A
Certifications-Commercial Products and Commercial Services, and
paragraph (c) of FAR solicitation provision 52.219-1, Small Business
Program Representations, in accordance with 52.204-8(d) and 52.2123(b)
for the following categories:
(A) Small business;
(B) Service-disabled veteran-owned small business;
(C) Women-owned small business (WOSB) under the WOSB Program;
(D) Economically disadvantaged women-owned small business under the WOSB
Program; or
(E) Historically underutilized business zone small business.
ACCESSING & USE OF VENDOR SHIPMENT MODULE (VSM) IS CHANGING
Within approximately 2 months, ALL DLA contractors will be required to
register via DLA’s Account Management & Provisioning System (AMPS) to
access VSM. Without AMPS approval, contractors will not be able to
access VSM or ship to DLA.
Contractors using VSM WebServices MUST update their internal schema or
lose access and shipping ability. Online VSM users do not need schema
changes.
Required actions:
- Review VSM announcements. Schema updates are in the April 23, 2025
post: https://www.dibbs.bsm.dla.mil/notices/msgdspl.aspx?msgid=1259
- Additional notices:
https://www.dibbs.bsm.dla.mil/notices/msgdspl.aspx?msgid=1267
https://www.dibbs.bsm.dla.mil/notices/msgdspl.aspx?msgid=1252
https://www.dibbs.bsm.dla.mil/notices/msgdspl.aspx?msgid=1229
AMPS registration is not available at this time; however, check DLA's
DIBBS "Notices" section daily for updates.
- To receive AMPS/User Guide updates via email, contact:
JSONWEBServiceInquiry@dla.mil
SPE4A1-26-T-1613
SECTION A
Unless AM is specifically authorized in the solicitation/contract,
quotes/offers may not include parts or supplies made using the additive
manufacturing process. The Government will not evaluate offers that
include an item or items produced using AM, and such offers are not
eligible for award for the current procurement. A quoter/offeror
proposing to supply an AMproduced item may submit a request to the
contracting officer for approval of the item for NSN/Part Number: 5306-01-056-2949 Quantity: 848 EA Purchase Request: 7012095658QTY: 848 Delivery: 121 days ADO

Similar Contracts

NAICS: 332722
New
Federal

NUT, SELF-LOCKING, PL

The contract involves the procurement of 131 units of self-locking plate nuts, identified by NSN 5310-01-143-5048, under solicitation number SPE4A6-26-T-941M. These parts must comply with specific technical and quality requirements outlined by the Defense Logistics Agency (DLA), including adherence to referenced drawings and standards such as MIL-STD-1916 and ASTM D3951 for packaging. The contract stipulates zero tolerance on quantity variance, with the delivery scheduled within 62 days FOB origin to DLA Distribution in San Diego, California. Inspection and acceptance will occur at the destination, and all packaging must be marked and labeled according to MIL-STD-129 with strict compliance to configuration and change management protocols. Quality assurance provisions require sampling aligned with military standards, accommodating critical, major, and minor attribute verifications. The contract also includes detailed documentation requirements for source approval and controls over government identification markings on non-accepted supplies. The contractor must manage changes through formal engineering change proposals or requests for variance. This procurement is managed by the Department of Defense, ASC Commodities Division, ensuring strict oversight and conformity to federal acquisition regulations and military quality mandates. The point of contact for clarification is Keasia Granderson at the DLA.

ASC COMMODITIES DIVISION

POSTED

1 day ago

DEADLINE

in 7 days

View Details
NAICS: 332722
New
Federal

NUT, SELF-LOCKING, CO

The contract calls for the procurement of 10 self-locking cone seat hexagon nuts under the National Stock Number 5310-01-064-3910, with delivery required within five days. These items are classified as commercial products and must comply with specific Defense Logistics Agency (DLA) technical, quality, and packaging requirements. The contract incorporates several regulatory mandates, including those related to cybersecurity maturity certification, physical identification or bare item marking, and export control of technical data under ITAR and EAR regulations. Inspection and acceptance occur at the origin of shipment, and removal of government identification is required for non-accepted supplies. The contract stipulates that any export-controlled technical data associated with the item is tightly regulated, requiring recipients to have appropriate certifications and training, such as the US/Canada Joint Certification Program and DLA export-controlled technical data training. The purchase is managed under solicitation number SPE4A6-26-T-943R by the ASC Commodities Division of the Department of Defense, with the place of performance being Fort Hood, Texas. The point of contact for further inquiries is Charece Smith, reachable by email and phone. Compliance with the Defense Federal Acquisition Regulation Supplement and related DLA guidelines governs the contractual execution.

ASC COMMODITIES DIVISION

POSTED

1 day ago

DEADLINE

in 7 days

View Details
NAICS: 332722
New
Federal

SCREW, CAP, SOCKET HE

This contract is for the procurement of 30 units of a cap socket head screw identified by part number NAS1352C06-5, conforming to specification FF-S-86 and NASM1352 standards with thread class 3A. The screws must meet stringent technical and quality requirements as outlined in the DLA Master List of Technical and Quality Requirements, with compliance to MIL-STD-130N for identification marking and MIL-STD-1916 or equivalent sampling methods for quality assurance. The contract prohibits the use of mercury or mercury-containing compounds in the hardware or packaging, aligning with NAVSEA safety standards. Packaging and palletization must comply with DLA packaging guidelines MIL-STD-2073-1E and RP001, and delivery will be made FOB origin to DLA Distribution Anniston, Alabama, with inspection and acceptance at destination. The contract stipulates manufacture according to the current revision of the NAS1352 military part standard, permitting parts made to previous revisions if they were current at the time of manufacture. The required delivery timeframe is 54 days, with a final delivery date set for September 21, 2026. The unit price and total pricing details are specified in the contract, and shipping instructions include contact information for DLA Distribution Anniston transportation officers. The solicitation was posted in March 2026 with a response deadline of March 20, 2026, managed by the Department of Defense's ASC Commodities Division. The procurement process is supported by defined contract data requirements, including certification of quality compliance and adherence to contract quality assurance provisions.

ASC COMMODITIES DIVISION

POSTED

1 day ago

DEADLINE

in 7 days

View Details