This government contract (SPMYM326Q5018) outlines the requirements for manufacturing and testing "SOCKET FLAT HEAD CAPSCREW." The item, designated FSC 5305, Stock Number 5305-LL-D00-0211, is a 0.190-24UNRC-3A X 0.500 socket flat countersunk head cap screw. It must be made from Titanium (SAE AMS 6932C) and anodized (SAE AMS 2488 REV E, TYPE 2). Critical requirements include 100% liquid penetrant testing (PT) on the finished fastener and ultrasonic testing (UT) on the bar stock. Vendors must submit PT and UT procedures for approval to PNS Code 135T, adhering to specific industry standards (e.g., NAVSEA Tech Pub T9074-AS-Gib-010/271 Rev 1, FF-S-86H, ASTM F788, SAE AMS 2631 G). Test certifications for both PT and UT must be submitted to PNS Code 133.2. The contract also incorporates standard clauses regarding mercury exclusion, marking, certification, special provisions for threaded products, commercial packaging, and contractor inspection requirements.
The document, identified as SPMYM326Q5018, specifies the requirements for a SOCKET HEAD CAP SCREW. It details that the screw must conform to FF-S-86J, TY VI, with dimensions of 0.3125-18UNC-3A X 1.500. The material required is NICUAL, meeting QQ-N-286G standards, and must be annealed and age-hardened. Additionally, the head of the screw needs to be drilled for lockwire in accordance with FF-S-86J, TABLE 1. This document serves as a detailed technical specification, likely for procurement within a federal government context.
The document, identified as SPMYM326Q5018, specifies the requirements for a SOCKET HEAD CAP SCREW. The screw must conform to FF-S-86J, Type VI, with dimensions of 0.3125-18UNC-3A X 2.250. It is to be made of NICUAL, QQ-N-286G, and be annealed and age-hardened. A critical detail is the requirement for the head to be drilled for lockwire, in accordance with FF-S-86J, Table 1. This appears to be a technical specification within a government procurement or request for proposal (RFP) context, detailing a specific component's material, dimensions, and manufacturing processes.
This government contract (SPMYM326Q5018) outlines the specifications for a SOCKET HEAD CAPSCREW (FSC 5305, Stock Number: 5305-LL-D00-0252). The technical details specify a NICUAL material, annealed and age-hardened, with specific dimensions and head drilling for lockwire. It emphasizes that earlier revisions of FF-S-86 are acceptable if certifications confirm solution annealing prior to age hardening for headed or roll-threaded NICUAL material, and that threads formed after final age hardening must be cut or ground. The contract also mandates adherence to several standard clauses, including those for commercial packaging, contractor inspection, mercury exclusion, marking and certification, K-Monel material restrictions, and special provisions for threaded products. Required documentation includes a Certificate of Compliance and a Certification/Data Report.
This government file outlines several crucial Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) clauses related to supply chain security, telecommunications equipment, and small business representations. Key FAR clauses prohibit the use of covered telecommunications equipment and services from specific foreign entities (e.g., Huawei, ZTE) and ByteDance applications (e.g., TikTok) in government contracts, requiring offerors to make representations and disclosures regarding their use. The Federal Acquisition Supply Chain Security Act (FASCSA) orders further restrict contractors from providing or using prohibited covered articles or products from specific sources, with requirements for due diligence and reporting. DFARS clauses mandate NIST SP 800-171 DoD Assessments for cybersecurity, requiring contractors to have current assessments posted in the Supplier Performance Risk System (SPRS) and provide access for government assessments. Additionally, the file includes instructions for Wide Area WorkFlow (WAWF) electronic payment submissions and details various small business program representations for different classifications (e.g., small, disadvantaged, women-owned, veteran-owned, HUBZone concerns). These regulations aim to enhance supply chain security, protect national security, and ensure compliance with federal contracting requirements, often involving rigorous reporting and disclosure obligations for contractors.
The government file "CONTRACT DATA REQUIREMENTS LIST 245.2C-0998-25" outlines six data items for CAPSCREWs, crucial for federal government RFPs. These items include certifications for compliance (A001), chemical and mechanical properties (A002), and test procedures for non-destructive testing (NDT), specifically liquid penetrant inspection (PT) (A003) and ultrasonic testing (UT) (A004). Additionally, the document requires test certifications for liquid penetrant inspection (A005) and ultrasonic inspection (A006). Submissions are generally one-time, due with the material or prior to testing, and must adhere to specific clauses for payment and submission. The file emphasizes detailed technical content, specific testing requirements, and adherence to various military and industry standards for performance and acceptance.
This government file outlines two critical data items required for the CAPSCREW contract: a Certificate of Compliance (B001) and a Certification Data/Report (B002). Both items are mandatory, one-time submissions due with the material, and are required by Code 245. The Certificate of Compliance pertains to quality compliance as described in contract section C.2. The Certification Data/Report, for chemical and mechanical certification, must include actual, quantitative test results as per specification and contract section C.3. It also specifies that certain paragraphs of DI-MISC-80678 do not apply and emphasizes detailed fastener testing and adherence to
This contract data requirements list outlines two key data items for the procurement of CAPSCREWs: a Certificate of Compliance (C001) and Certification Data/Report (C002). Both are required as one-time submissions with the material. The Certificate of Compliance (C001) pertains to quality assurance as per DI-MISC-81356A. The Certification Data/Report (C002) focuses on chemical and mechanical certification, requiring actual quantitative test results for all specified chemical and mechanical tests. This report must adhere to DI-MISC-80678, with specific paragraphs (10.2.2, 10.2.3, and 10.4) excluded, and includes additional requirements for marking and certification of controlled industrial material. Both data items specify payment and submission clauses (252.232-7006, 252.232-7003, or 52.232-36) and mandate submission under separate shipment numbers. Fastener certification for C002 requires evidence of testing the correct number of specimens, with new untested fasteners for wedge tensile and yield strength tests.
This document outlines the Contract Data Requirements List for two data items related to the CAPSCREW system: D001 CERTIFICATE OF COMPLIANCE and D002 CERTIFICATION DATA / REPORT. Both items require a one-time submission with the material to Requiring Office Code 245. D001, for Certification of Quality Compliance, references DI-MISC-81356A and Section C.2 of the contract. D002, for Chemical & Mechanical Certification, references DI-MISC-80678 and Section C.3. Notably, specific paragraphs of DI-MISC-80678 do not apply to D002. This certification must include quantitative actual test results for all chemical and mechanical tests, demonstrate proper specimen testing, and adhere to additional contract requirements for “Marking and Certification requirements for Controlled Industrial Material.” For both data items, payment and submission procedures refer to clauses 252.232-7006 & 252.232-7003 or 52.232-36, with each item requiring a separate shipment number.
This Request for Quotation (RFQ) SPMYM326Q5018 outlines the procurement of various socket head capscrews and associated data requirements. The RFQ is set aside 100% for Small Business Set-Asides (SBSA) with a quote due date of December 30, 2025. Key requirements include registration in SAM, adherence to FAR Part 13, and specific clauses regarding telecommunications equipment (FAR 52.204-26, 52.204-24, DFARS 252.204-7016, 252.204-7018), and a prohibition on ByteDance covered applications (52.204-27). Evaluation criteria are based on Lowest Price Technically Acceptable, with a single award anticipated. Vendors must provide information on business size, manufacturing origin, and accept payment via GPC or WAWF. The government's required delivery date is December 25, 2025, with final inspection at destination. Compliance with NIST SP 800-171 DoD Assessment requirements, including posting summary scores in SPRS, is also mandated. The contract is contingent upon the availability of fiscal year 2026 appropriated funds.